Oriole Rocket Motors
ID: N6339425R4002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERPORT HUENEME, CA, 93043-5007, USA

NAICS

Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing (336415)

PSC

GUIDED MISSILE AND SPACE VEHICLE EXPLOSIVE PROPULSION UNITS, SOLID FUEL; AND COMPONENTS (1337)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), intends to issue a sole source firm-fixed-price contract for the procurement of Oriole Rocket Motors and associated Thrust Vector Control systems from Kratos Space & Missile Defense Systems Inc. This procurement aims to support testing for various programs, including the Multi Service Advanced Capability Hypersonic Testbed Program and Aegis Ballistic Missile Defense, by incorporating these systems into suborbital vehicles for missions at multiple test ranges. Interested parties may express their interest and capability to respond to this requirement by contacting Terren Jo or John Carhart via email by 09:00 Pacific Daylight Time on June 11, 2025. The Government will consider all proposals received before the deadline, although it retains the discretion not to compete the contract based on the responses received.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a justification for the procurement of an Operational Risk Management (ORM) system compatible with Terrier Booster configurations, indicating that the Government will not procure the technical data package and will seek a new configuration in a future competitive environment. A sources sought notice was published on SAM.gov from June 12 to June 28, 2024, soliciting offers from various companies. Responses were received from Kratos, Aerojet Rocketdyne, Crossbow/X-Bow, and Anduril Industries; however, only Kratos is currently capable of meeting the requirements due to cost and time constraints faced by the others. The Contracting Officer has assessed that the anticipated costs for the supplies and services are fair and reasonable. At this time, NSWC PHD has no intention to foster competition for similar contracts in the future, as outlined in the accompanying rationale. This document reflects the Government's strategic considerations in procurement and future planning within the realm of defense contracting.
    Lifecycle
    Title
    Type
    Oriole Rocket Motors
    Currently viewing
    Presolicitation
    Similar Opportunities
    MK70 Booster Ballast Kits
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the fabrication, acceptance inspection, and delivery of MK 70 Booster Ballast Hardware Kits. This procurement is part of an ongoing requirement, with the anticipated contract being a Firm Fixed Price (FFP) type, scheduled for a performance period from June 30, 2026, to June 30, 2031. The MK 70 Booster Ballast Kits are critical components used in military applications, and the Government intends to gather market information to inform future solicitation processes. Interested vendors must submit their capabilities and company information to Diane Hicks at diane.d.hicks.civ@us.navy.mil by December 8, 2025, to be considered for this opportunity.
    MT29, MT30, MT31 Rocket Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of MT29, MT30, and MT31 rocket motors. The contract involves the supply of specific items identified by their National Stock Numbers: 1377-01-246-5279 for MT29, 1377-01-246-5280 for MT30, and 1377-01-246-5281 for MT31, which are critical components in military applications. These rocket motors fall under the NAICS code 325920 for Explosives Manufacturing and the PSC code 1377 for Cartridge and Propellant Actuated Devices and Components, highlighting their importance in defense operations. Interested vendors can reach out to Stacey L. Romberger at stacey.l.romberger.civ@us.navy.mil or via facsimile at 717-605-2807 for further details regarding the solicitation process.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.
    MK22 Motor Tubes Solicitation N0017426R0002
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for the MK22 Motor Tubes under solicitation number N0017426R0002. This procurement involves a Firm Fixed Price (FFP) supply contract on an indefinite delivery indefinite quantity (IDIQ) basis to manufacture motor tubes for MK 22 Rocket Motors, with a total small business set-aside and an anticipated performance period from April 5, 2026, to April 5, 2031. The contract requires adherence to specific military standards, including First Article Testing (FAT), hydrostatic tests, and compliance with ISO 9001:2015 quality systems, along with cybersecurity requirements under CMMC Level I. Interested contractors should contact Diane Hicks at diane.d.hicks.civ@us.navy.mil or call 301-744-6648 for further details, and proposals must be submitted by the specified deadline outlined in the solicitation documents.
    Naval Surface Warfare Center Carderock Division Modeling and Simulation Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division, intends to award a sole source contract for Modeling and Simulation Services to Advanced Rotorcraft Technology, Inc. This procurement is justified under the statutory authority of 41 U.S.C. 1903 and Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can meet the agency's requirements. The services are critical for supporting naval operations and ensuring the effectiveness of advanced rotorcraft technologies. Interested parties may direct inquiries to David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929, as this notice is not a request for competitive proposals.
    Joint Standoff Weapon (JSOW) United States Navy (USN) FY26 Repair of Repairables
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source Delivery Order with Raytheon Company for engineering and technical support related to the repair of twelve Joint Standoff Weapon (JSOW) C-1 Aerial Improvement Program All-Up-Rounds (AURs). The objective of this procurement is to investigate, analyze, study, and resolve technical issues associated with these weapons, which are critical for precision strike capabilities in military operations. As the sole designer and manufacturer of the JSOW, Raytheon possesses the unique knowledge and resources necessary to fulfill this requirement. Interested parties may express their interest and capabilities to the primary contact, Elizabeth Scott, at elizabeth.a.scott84.civ@us.navy.mil, or the secondary contact, Lauren Ivancik, at lauren.m.ivancik.civ@us.navy.mil, although the government will not pay for any responses received.
    Request for Information - Engineering Services and Supplies
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI)/Sources Sought (SS) to gather insights on engineering services and supplies necessary for the sustainment and enhancement of the AEGIS Weapon System and AN/SPY Radar Signal Processor. This initiative aims to explore alternatives to a sole-source award to Lockheed Martin for a five-year Basic Ordering Agreement (BOA), which is being considered due to concerns over substantial duplication of costs and potential delays associated with competitive procurement. Interested contractors are invited to submit capability statements, product literature, and white papers to challenge the sole-source justification, with responses due by December 10, 2025, at 2:00 PM EST. For further inquiries, interested parties may contact Kathryn Muessig at Kathryn.m.muessig.civ@us.navy.mil or by phone at 812-381-7158.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    SPRRA224R0088 MLRS SPARES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.