M-Code LRIP
ID: N00019-23-RFPREQ-WPM280-0353Type: Presolicitation
Overview

Buyer

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

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

PSC

GUIDED MISSILES (1410)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 4:00 AM UTC
Description

The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a modification to contract N0001919C0083 for the procurement of AGR5 parts and assemblies, as well as related services for the Tomahawk Land Attack Missile system. This procurement includes the disassembly of AGR4 units, assembly and testing of AGR5 units, modifications to Automated Test Equipment, and acceptance testing, all crucial for supporting the Low Rate Initial Production (LRIP) of the AGR5 system. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and expertise. Interested parties may submit responses for consideration, and inquiries can be directed to Zacerry Herbert or Diana K. Harritt via their provided email addresses.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
M-Code LRIP
Currently viewing
Presolicitation
Similar Opportunities
Joint Multiple Effects Warhead System (JMEWS) Transition to Production (TTP)
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a modification to Contract N00019-19-C-0004 for the Transition to Production (TTP) of the Joint Multi Effects Warhead System (JMEWS). This procurement aims to address critical requirements related to test readiness, design, integration, testing, evaluation, and hardware production, supporting the continued development and production readiness of JMEWS for integration into Tactical Tomahawk (TACTOM) systems. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and manufacturing documentation. Interested parties may submit capability statements to Shondra Stoner at shondra.l.stoner.civ@us.navy.mil, with the anticipated period of performance being 18 months from contract award.
AMRAAM Obsolescence
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Firm-Fixed Price contract for obsolescence support related to the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for providing various services, including obsolescence infrastructure support, material procurement, non-recurring engineering efforts, and test equipment modernization. This contract is crucial for maintaining the operational readiness and technological advancement of AMRAAM missiles. The anticipated contract will be a sole source award to Raytheon Company, with a solicitation expected to be released on May 1, 2025, and responses due within 90 days of issuance. Interested parties can reach out to the primary contact, Jeremy Nable, at jeremy.nable@us.af.mil or by phone at 478-319-9426 for further information.
Harpoon/SLAM-ER Depot Repairs
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a Firm Fixed Price modification for the recertification and repair of Harpoon and Standoff Land Attack Missile Expanded Response (SLAM-ER) sections and components, with the contract anticipated to be awarded in the third quarter of fiscal year 2025. This procurement is intended to ensure the continued operational readiness and reliability of critical missile systems, which are vital for precision strike capabilities. The Boeing Company, as the sole designer and manufacturer of the Harpoon Weapon System, is the only source capable of fulfilling this requirement due to its exclusive technical data and expertise. Interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil for further information, and small businesses are encouraged to explore subcontracting opportunities with Boeing by reaching out to Chasity Strickland at Chasity.L.Strickland@boeing.com.
Avenger Air Defense System – SOLE SOURCE RAYTHEON
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting a sole source contract for the Avenger Air Defense System, specifically targeting Raytheon Company. The procurement aims to add a National Stock Number (NSN) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017, which will support the operational capabilities of the Avenger Air Defense System. This initiative is critical for maintaining military readiness and ensuring the availability of essential defense equipment, with compliance requirements including approved FAT waivers and serial number tracking. Interested parties should direct their inquiries to David Bennett at david.b.bennett@dla.mil, as no telephone requests will be accepted, and the contract is expected to be priced based on specified quantity ranges.
MQ-4C Sling V-Tail Assembly
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, NJ, is anticipating the award of a firm fixed-price contract for the Sling V-Tail Assembly, Part Number: 3673310M01101-301, which is critical for the MQ-4C Triton Unmanned Air Systems (UAS) Program. This procurement is limited to the Original Equipment Manufacturer, Northrop Grumman, and Avioss LLC, as they are the only approved vendors for this Critical Application Item (CAI), which is essential for ensuring safety and operational effectiveness. Interested alternate offerors must submit a Source Approval Request (SAR) package within 15 days of this notice, with all responses due by April 29, 2025, at 5:00 PM EDT, to the primary contact, Alexander Buchan, at alexander.g.buchan2.civ@us.navy.mil. Registration in the System for Award Management (SAM) is mandatory for consideration.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
Harpoon/SLAM-ER Spares
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a Firm Fixed Price modification for the procurement of spare parts for the Harpoon Missile System, with the contract expected to be awarded to The Boeing Company. This procurement is critical as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise necessary to fulfill the government's requirements. The anticipated award is scheduled for the third quarter of fiscal year 2025, and interested small businesses may explore subcontracting opportunities by contacting Boeing's Chasity Strickland, while capability statements should also be sent to NAVAIR's Joanna Roland at joanna.m.roland.civ@us.navy.mil.
FMS - Multiple Countries; Sole Sourced to Raytheon
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure specific part numbers (P/Ns) to support the Patriot Missile System, with the procurement being sole-sourced to Raytheon. The acquisition involves pricing various electronic assemblies, including high-power traveling wave tubes and circuit card assemblies, which are critical for advanced defense and communication applications. This procurement is part of a new indefinite delivery requirements contract aimed at supporting the modernization efforts of the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties must direct their requests for solicitation to Kelsey Brown via email at kelsey.e.brown@dla.mil, and note that the closing date for submissions is estimated and may be adjusted based on the solicitation release date.
Qatar Emiri Air Force (QEAF) Joint Standoff Weapon (JSOW) AGM-154C Initial Integrated Logistics Support (ILS) and training
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract with Raytheon Missile & Defense for the provision of Initial Integrated Logistics Support (ILS) and training for the Qatar Emiri Air Force's Joint Standoff Weapon (JSOW) AGM-154C. This procurement is critical as Raytheon is the sole designer and manufacturer of the JSOW system, possessing the unique technical expertise and resources necessary to fulfill the requirements. Interested parties may submit capability statements to express their interest, although the government has no obligation to solicit further proposals or awards. For inquiries, contact John Barr at john.m.barr1.civ@us.navy.mil or Lauren M. Ivancik at lauren.ivancik@navy.mil.
14--DETENT ASSEMBLY,GUI
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 163 units of the Detent Assembly, GUI, identified by NSN 1R-1440-015001270-QF. This procurement is critical for the supply of guided missile launchers, and the contract will be negotiated with a single source under FAR 6.302-1, indicating a specialized requirement. Interested parties are encouraged to submit their interest and capability statements within 45 days of this presolicitation notice, with the understanding that the government may not compete this contract based on the responses received. For further inquiries, potential bidders can contact Jeremy P. Barney at (215) 697-1234 or via email at JEREMY.P.BARNEY.CIV@US.NAVY.MIL.