Joint Standoff Weapon (JSOW) FY25 Mission Planning
ID: N00019-25-RFPREQ-WPM201-0431Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to issue a sole source Delivery Order to Raytheon Company for sustainment and integration support related to the Common Unique Planning Component Weapon Planning Environment software. This procurement is critical as Raytheon is the sole designer and manufacturer of the Joint Standoff Weapon (JSOW), possessing the unique knowledge and technical data necessary to fulfill the requirements. Interested parties may express their interest and capabilities, although the Government retains discretion over whether to pursue competitive proposals. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, with no commitment from the Government to issue solicitations or awards at this stage.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint Standoff Weapon (JSOW) Modification of N0001924F0164 FY24 Repair of Repairables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to modify the Repair of Repairables (RoR) Delivery Order N0001924F0164 under Basic Ordering Agreement N00019-20-G-0007, specifically for the Joint Standoff Weapon (JSOW) program, with Raytheon Company located in Tucson, Arizona. This modification aims to procure essential services to support U.S. Navy RoR activities, as Raytheon is the sole designer, developer, and manufacturer of the JSOW, possessing the unique capabilities and technical data required for this procurement. The Government is pursuing this acquisition on a sole source basis, emphasizing the critical nature of the services provided by Raytheon, and interested parties may express their interest and capabilities, although no competitive proposals will be accepted. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil.
    Joint Standoff Weapon (JSOW)/Harpoon Block II+ (HII+) TacNet 1.0 Data Link Radio Reconfiguration and Repairs for the U.S. Navy (USN)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from industry regarding potential contractors for the reconfiguration and repairs of up to 150 TacNet 1.0 Data Link Radios for the U.S. Navy. The procurement involves engineering support, program management, integrated logistics support services, and various technical tasks such as performance data collection, software requirement analysis, and hardware modifications. These radios are critical for precision strike capabilities, and the government aims to identify capable sources to ensure effective support and maintenance of these systems. Interested contractors must submit a capabilities statement, not exceeding 10 pages, by 1500 EST on October 15, 2024, to Joanna Roland at joanna.m.roland.civ@us.navy.mil.
    Multiple NSNs & PNs in support of the Patriot Weapons System
    Active
    Dept Of Defense
    The U.S. Defense Logistics Agency (DLA) is sole-sourcing a federal contract to Raytheon Company, the original equipment manufacturer (OEM), for critical components in support of the Patriot Missile System. The contract aims to add seven new National Stock Numbers (NSNs) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract. The scope of work for Raytheon involves supplying the DLA with the specified electronic components and assemblies, including crystal oscillators, circuit card assemblies, and receiver-transmitter subassemblies. These components are crucial for military communications and electronics systems. Raytheon must ensure strict adherence to quality standards and pricing requirements as outlined in the Enclosure 1 document. The DLA seeks to extend and expand its current Alpha V Contract with Raytheon, which is set to expire in September 2025, in order to meet ongoing and future demands for these essential parts. The file titled "Enclosure 1 Identification of Requirements (IOR).xlsx" provides a comprehensive list of NSNs, National Item Identification Numbers (NIIN), and part numbers, along with corresponding descriptions and quantity specifications. The selection criteria for awarding the contract appear to center around pricing and the ability to meet the required quantities, with the government prioritizing stable supply chain management. The contract is expected to cover procurements targeted for 2024 and 2025. Any questions regarding this opportunity should be directed to Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    RAM System & Software Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure a RAM System & Software Upgrade on a sole-source basis from OMNi Engineering Services, Inc. This procurement is critical as OMNi Engineering is the original equipment manufacturer (OEM) and the only authorized technicians capable of performing the required upgrades, ensuring the integrity and functionality of the system. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, by email no later than five days after the publication of this notice. For eligibility, all interested parties must be registered in the System for Award Management (SAM) database, and further details can be found at www.gsa.gov/samupdate.
    Full Rate Production (FRP) 22-24 Tomahawk Block V and Va All-Up-Round (AUR) Missiles
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate and award a contract for the Full Rate Production (FRP) of the 22-24 Tomahawk Block V and Va All-Up-Round (AUR) missiles. This procurement includes the production of Canistered Surface Ship Vertical Launch Tomahawk missiles, which feature modernized navigation and communications upgrades, as well as additional services such as software support, spares, and test missile preparation. The Tomahawk missiles are critical for naval operations, and Raytheon is the sole source capable of fulfilling this requirement due to its exclusive possession of the necessary technical data and manufacturing documentation. The contract award is anticipated for March 2026, and interested parties can reach out to Shannon Pico or Jacob Leitch for further information at their respective email addresses.
    16--WEAPONS STATION CON
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 11 units of a specific item identified by NSN 7R-1680-016612607-P8, with reference number 187362-001. This procurement is categorized under miscellaneous aircraft accessories and components, highlighting the critical nature of these supplies for military operations. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice. For further inquiries, Joseph F. Bodnik can be contacted at (215) 697-2196 or via email at JOSEPH.BODNIK@NAVY.MIL.
    70--Raytheon High Speed Guard maintenance and support
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to solicit and negotiate a sole source Firm Fixed Price (FFP) contract for Raytheon High Speed Guard maintenance and support. This service is typically used for the purchase of software publishers. The contract will be available for download at the NECO Website.
    SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment supplies/services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrade support, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique capabilities as the designer and manufacturer of the TSS. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order valued at $3.5 million, and proposals must be submitted by October 10, 2024, with the contract award expected by July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    LRASM MOFP Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a modification to an existing contract with Lockheed Martin Corporation-Missiles Fire Control for the integration of a new RF subsystem software into the LRASM Missile Operational Flight Program (MOFP). This procurement is critical for the timely and cost-effective enhancement of the LRASM missile capabilities, as Lockheed Martin is the sole designer and integrator with the necessary expertise and technical data. Interested parties may express their interest and capabilities, although the Government reserves the right to proceed without competition based on the unique qualifications of Lockheed Martin. For further inquiries, interested vendors can contact Amber Wroble or Jessica A. Blackwell via their provided emails.