Tube-Launched, Optically Tracked, Wireless-Guided (TOW) Production FY 27-32
ID: SSN-TOW-PROD-FY27Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

PSC

GUIDED MISSILES (1410)
Timeline
    Description

    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is conducting market research for a follow-on missile production contract for the Tube-Launched, Optically Tracked, Wireless-Guided (TOW) family of missiles. The contract will require access to classified information and personnel with a Secret security clearance. The anticipated contract period is from January 29, 2027, to January 28, 2032. The government intends to award a Fixed Price Incentive Firm contract. Interested organizations should provide their capability information, including organization details, tailored capability statements, and descriptions of similar services offered in the past three years.

    Point(s) of Contact
    Files
    Lifecycle
    Similar Opportunities
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – PYROTECHNIC LEAD SHOCK TUBE, MK 34 MOD 0
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI) and Sources Sought notice for the procurement of the pyrotechnic lead shock tube, MK 34 MOD 0. The government is seeking information from potential vendors who can provide this product, which is critical for supporting the Naval Sea Systems Command Program Executive Office-IWS3C, while also addressing the sole source basis for the anticipated contract with Ensign Bickford Aerospace and Defense Inc. Interested companies must demonstrate their capabilities, provide technical data, and show that they can meet the necessary safety and certification requirements without incurring additional testing costs. Responses are due by March 24, 2025, and should be directed to Heather Summers or Andrew Ficklin via the provided email addresses. Note that no funding is currently available for this effort, and participation does not guarantee a contract award.
    CY 27 MAAWS Sources Sought
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking information through a Sources Sought Notice for the M3A1 Weapon System, which includes a reusable shoulder-fired recoilless weapon system and associated munitions. The Army requires a fully developed system capable of engaging various targets, equipped with an aiming sight, weighing under 15 lbs, and designed for rugged military operations, with delivery expected within 12 months of production. This procurement is critical for enhancing operational capabilities and may lead to set-asides for small businesses or full competition based on vendor responses. Interested vendors should submit their information by March 27, 2025, via email to Laura Burgos-Magidson or Taylor Albinson, as this notice does not constitute a commitment by the government to award contracts or provide funding.
    Sources Sought for IPLEX G Series 6MM 7.5M SCOPE
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command Aviation & Missile Center (DEVCOM AvMC), is seeking information from potential sources for the procurement of one (1) IPLEX G Series 6MM 7.5M SCOPE, along with the IV96G-AT120D/NF Optical Tip Adapter. This equipment is required to integrate with the existing borescope system used by the Propulsion Engineering Division for inspections of small-bore rocket motors, ensuring compatibility without the need for additional software upgrades. Interested parties are invited to submit white papers detailing their capabilities and product specifications by 3:00 PM CST on March 28, 2025, to the primary contact, Jimmy Creech, at jimmy.w.creech.civ@army.mil. This opportunity is a Total Small Business Set-Aside, and no contract will be awarded based on the responses to this Sources Sought notice.
    M299 Longbow Hellfire - Sole Source to Lockheed Martin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
    Sources Sought for Trinitrotoluene (TNT) Production and Delivery
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking capable sources for the production and delivery of Trinitrotoluene (TNT) to meet its requirements for Fiscal Years 2027 to 2031. The anticipated production volume is between 1,000,000 and 8,000,000 pounds of TNT annually, which is critical for various munitions supporting Department of Defense operations. Interested companies must demonstrate their capabilities, including compliance with military specifications for TNT production and packaging, and provide detailed information about their facilities, personnel, and production processes. Responses are due by April 15, 2025, and should be sent to both Jennifer A. Darby and Bridget Kramer via email, with the subject line referencing the sources sought notice for TNT W519TC-25-S-TNT1.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under the contract titled "SPRRA225R0002 MLRS SPARES." This procurement is classified as a sole-source requirement to Lockheed Martin and includes stipulations for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors should note that the proposal due date has been extended to April 2, 2025, and must acknowledge the amendments to the solicitation. For further inquiries, potential bidders can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is preparing to issue a Request for Proposal (RFP) for a long-term Indefinite Delivery/Indefinite Quantity (IDIQ) contract titled "PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support." This contract, anticipated to be awarded on or before August 5, 2025, will be a sole-source agreement with RTX Corporation, the original equipment manufacturer, for a maximum value of $50 billion over a potential twenty-year period. The contract will encompass a wide range of services and products related to the production, sustainment, and logistics support of RTX systems, including hardware, software, maintenance planning, and supply chain management. Interested parties can direct inquiries to Johnna Bursk at johnna.bursk@dla.mil or Marley Joyner at marley.joyner@dla.mil for further information.
    13--CASE,AFTERBODY TORP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the CASE, AFTERBODY TORP, as part of its procurement efforts through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires compliance with specific design, manufacturing, and performance standards, including adherence to quality assurance protocols such as ISO 9001 and MIL-STD specifications. The goods are critical components for naval operations, emphasizing the importance of quality and reliability in defense applications. Interested contractors should contact Jordan Neely at 717-605-8197 or via email at jordan.d.neely2.civ@us.navy.mil, with proposals due by April 14, 2025.
    MQ-9A Towbar, P/N: 01-1308-0011
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking proposals for the procurement of a Towbar (Part Number 01-1308-0011) specifically designed for the MQ-9A Reaper Unmanned Aircraft System. This procurement involves a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a guaranteed minimum of two units and a maximum of twelve units, emphasizing the importance of this equipment for ground operations of the unmanned aircraft. The solicitation is set aside for small businesses and requires compliance with the Buy American Act, along with detailed quality assurance and inspection standards. Interested parties must submit their proposals by 3:00 PM EDT on March 26, 2025, and can direct inquiries to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.
    Harpoon Maintenance Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources to provide maintenance support services for the Harpoon missile system, focusing on Windows Based Test Oriented Disk Systems (TODS) and Missile Subsystem Test Set (MSTS) equipment. The procurement aims to ensure operational reliability through technical documentation updates, on-site engineering, and the provision of an emergency spare parts pool for obsolete systems. This support is critical for maintaining vital military assets and ensuring their safety for use. Interested businesses must submit a capabilities statement by March 26, 2025, to Alexis Gartner at alexis.d.gartner.civ@us.navy.mil, with performance anticipated to commence around April 18, 2025, and extend through a base period of 12 months with four optional extensions until April 17, 2030.