TOW-ES_26-30 Routine Engineering Services - TOW Missile
ID: TOW-ES_26-30-SPRRA225R0045Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT HUNTSVILLE, ALREDSTONE ARSENAL, AL, 35898-7340, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for a five-year Cost-Plus Fixed-Fee and Firm-Fixed Price contract to provide engineering services for the TOW Weapon Systems, specifically targeting the TOW missile family and associated equipment. This sole-source opportunity, valued at a maximum of $175 million, aims to support various engineering tasks as outlined in the accompanying Statement of Work, ensuring the effective management and support of critical defense capabilities. Interested parties must submit their proposals by July 30, 2025, and are encouraged to communicate only through the designated contacts, Kereen Johnston and Adam Henson, to maintain compliance with procurement regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) has issued a Request for Proposal (RFP) SPRRA2-25-R-0045 to Raytheon Company for a five-year Cost-Plus Fixed-Fee and Firm-Fixed Price contract to provide engineering services for the TOW weapon systems and related equipment. This sole-source solicitation, estimated at a maximum value of $175 million, will support various engineering tasks detailed in the accompanying Statement of Work and documentation. Responses are due by July 30, 2025, with interim communications restricted to the designated contracting team. The proposal should include compliance with specified requirements, cost breakdowns, and pricing justification aligned with Federal Acquisition Regulations (FAR). Additionally, the contractor is expected to routinely report on progress, conduct audits related to Government Furnished Property, and participate in bi-weekly meetings with DLA personnel. The established contract will guide subsequent task orders and financial allocations, emphasizing the importance of detailed and transparent proposal submissions to ensure compliance with the DLA requirements and regulations. This initiative reinforces the DLA’s ongoing commitment to effectively managing and supporting critical defense capabilities through reliable contracting practices.
    The Defense Logistics Agency (DLA) has issued a Request for Proposal (RFP) SPRRA2-25-R-0045 to Raytheon Company for a five-year Cost-Plus Fixed-Fee contract focused on support for the TOW Weapon Systems. This sole-source contract, valued at a maximum of $175 million, will encompass engineering services for the TOW missile family and related equipment. The timeline includes six ordering periods from award date until December 2030, with specific proposals due by July 11, 2025. Proposals must include detailed pricing, compliance with regulations, and cover various documentation requirements via specific formats. The document emphasizes the need for continuous communication and compliance with the Umbrella Contract terms governing contractor obligations. The government expects a structured proposal detailing the scope of work, technical support, cost reporting, and milestone tracking, with rigorous oversight regarding pricing and resource documentation. The DLA provides contact information for further inquiries, stressing written communication only to avoid conflicts of interest. Overall, the RFP outlines the government's requirements for comprehensive engineering support and sets forth significant expectations for compliance and reporting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the production and engineering services of Air-to-Ground Missile Systems (AGMS), specifically targeting HELLFIRE and JAGM missiles for fiscal year 2026. The procurement aims to establish a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with a primary contract type of Firm Fixed Price and a secondary type of Cost Plus Fixed Fee, detailing specific missile variants and their respective minimum and maximum quantities. This acquisition is crucial for maintaining the operational readiness and effectiveness of U.S. military capabilities in guided missile technology. Interested parties must submit their proposals by January 26, 2026, at 4:00 PM CST, and all communications should be directed in writing to the DLA contracting team, specifically to Anna Phillips at anna.phillips@dla.mil or Mallory Medley.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at their respective emails and phone numbers for further inquiries. Certified Cost and Pricing Data is required for non-commercial items exceeding $2,500,000, and proposals should include a simulated delivery schedule and acknowledge all RFP terms.
    Patriot Spares - Multiple NSN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a sole-source Letter Request for Proposal (RFP) SPRRA2-26-R-0027 to Raytheon Company for the addition of two National Stock Numbers (NSNs) to an existing subsumable contract. This procurement is critical for supporting the Patriot Missile and other defense systems, emphasizing the necessity for specific parts that only Raytheon can provide under the terms of the contract. Interested parties must note that Raytheon is required to indicate their intention to submit a proposal within five business days and submit their full proposal by March 10, 2026, at 5:00 P.M. CST, adhering to the established terms and conditions of the Umbrella Contract. For further inquiries, the designated contacts include LeeAnn Darling at LeeAnn.Darling@dla.mil and Siyeicea S Jackson at SIYEICEA.JACKSON@DLA.MIL.
    25--PINTLE ASSEMBLY,TOW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 250 units of the PINTLE ASSEMBLY, TOW (NSN 2540000786633). This solicitation is a Total Small Business Set-Aside, aimed at sourcing components critical for vehicular equipment, specifically under the category of Other Motor Vehicle Parts Manufacturing. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DLA's electronic solicitation platform.
    17--TOWBAR,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of aircraft tow bars, classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This solicitation requires compliance with stringent quality assurance standards, including ISO 9001 or equivalent, and involves the production of critical safety items that necessitate engineering source approval from the Naval Air Systems Command. The items are essential for aircraft ground servicing and are vital for ensuring the safety and operational readiness of naval aviation systems. Interested vendors must submit their proposals, including a Source Approval Request if applicable, by the specified deadline, and can direct inquiries to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL.
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.