AGMS Production FY26, Sole Source to Lockheed Martin
ID: SPRRA225R0097Type: Sources Sought
Overview

Buyer

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) issued Amendment 0001 to Letter Request for Proposal (RFP) SPRRA2-25-R-0097 to Lockheed Martin Corporation. Dated November 4, 2025, the amendment specifically corrects the maximum quantities for several weapon variants and associated containers in a provided table. The updated quantities, highlighted in yellow in the original document, align with Enclosures 5 and 23 of the RFP. All other terms and conditions of the original RFP remain unchanged. Points of contact for questions are Anna Phillips and Mallory Medley of the DLA.
    The Defense Logistics Agency (DLA) has issued a Letter Request for Proposal (RFP) SPRRA2-25-R-0097 to Lockheed Martin Corporation for the acquisition of Production and Engineering Services for Air-to-Ground Missile Systems (AGMS), specifically HELLFIRE and JAGM missiles for FY26. This will result in a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with primary contract type Firm Fixed Price and secondary Cost Plus Fixed Fee. The RFP details specific variants and minimum/maximum quantities, including AGM-114R, AGM-114R-2, TGM M36E-9, HELLFIRE Container, JAGM AGM-179A, JAGM G/S, JAGM Trainer CATM179A (Army/Navy), and JAGM Container. Lockheed Martin must indicate their intention to propose within five business days and submit proposals by January 26, 2026, at 4:00 PM CST. Proposals must adhere to FAR 15.408 Table 15-2 for cost/price data, include support for indirect expense rates, and address potential Organizational Conflicts of Interest (OCIs). All communications must be in writing to the identified DLA contracting team, Mallory Medley and Anna Phillips. This RFP is advertised on beta.SAM.gov, and a formal solicitation will be issued if other suppliers show interest.
    The document lists various missile variants and their National Stock Numbers (NSNs) along with corresponding minimum, midpoint, and maximum quantities for procurement or inventory purposes. The focus is on the AGM-114R series, including NATO and non-NATO versions, as well as JAGM variants and their containers. Key details include specifics on pricing tiers, which range broadly from 1 to 4000 units depending on the variant. Noteworthy items are the AGM-114R NATO and NON-NATO variants, with a minimum quantity of 600 and a maximum of 4000, and the JAGM model with a minimum threshold of 300. The document serves as a reference for government agencies and contractors in the acquisition or budgeting process for military ordnance. By providing essential data about each item, the file aids in informed decision-making in response to federal and state RFPs related to military procurement.
    Similar Opportunities
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    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.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    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
    Buyer not available
    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.
    GUIDED MISSILE LAUNCHER DETENT ASSEMBLY / 01F, LGM-30 MINUTEMAN III MISSILE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for the Guided Missile Launcher Detent Assembly, specifically for the LGM-30 Minuteman III missile. This procurement is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 480 days after order placement. The item is critical for missile operations and requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113, and the solicitation will be available on or about November 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    Carrier Drive Assembly
    Buyer not available
    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.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    NSN 4935-01-664-2135, ACTUATOR, ELECTRO-ME, WSDC: 39A, PATRIOT MISSILE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 210 units of the Actuator, Electro-ME, specifically for the Patriot Missile system. This solicitation emphasizes the need for a critical part that requires a Higher Level Quality System, with inspection and acceptance to occur at the origin in Richmond, Virginia. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with the solicitation set to be issued on December 9, 2025, and closing on January 23, 2026. Interested vendors can obtain the solicitation documents via the DLA Internet Bid Board System (DIBBS) and are encouraged to contact Jessica Gentry or Leslie Adams for further inquiries.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Buyer not available
    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 Stacy.Hood@dla.mil and CHRISTOPHER.BUTLER@DLA.MIL, respectively.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.