Joint Air to Surface Standoff Missile Production and Development Support IDIQ 8
ID: FA8682-25-R-B002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8682 AFLCMC EBJKEGLIN AFB, FL, 32542-6883, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

MISCELLANEOUS WEAPONS (1095)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide production and development support for the Joint Air to Surface Standoff Missile (JASSM) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance the capabilities and production processes associated with guided missile systems, which are critical for maintaining national defense and operational readiness. The work will primarily take place in Orlando, Florida, and interested parties can reach out to Sharelle Bateman at sharelle.bateman.1@us.af.mil or by phone at 850-882-2860 for further details. The presolicitation notice indicates that the contract will be awarded in the near future, although specific funding amounts and deadlines have not been disclosed.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Joint Air to Surface Standoff Missile (JASSM) Joint Air-To-Surface Standoff Missile Extended Range (JASSM-ER) Long Range Anti-Ship Missile (LRASM) Follow-on IDIQ Contract
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the Joint Air-To-Surface Standoff Missile Extended Range (JASSM-ER) and Long Range Anti-Ship Missile (LRASM) Follow-on IDIQ Contract. This procurement aims to secure advanced missile systems that enhance the U.S. military's capabilities in air-to-surface and anti-ship operations. The selected contractor will play a crucial role in the manufacturing and development of these guided missile systems, which are vital for maintaining national defense and operational readiness. Interested parties should direct inquiries to William Vaughn at william.vaughn.10@us.af.mil or Kaylee Yarger at kaylee.yarger@us.af.mil for further details regarding the solicitation process.
    RATO (Rocket Assisted Take Off) Motor and Initiator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Rocket Assisted Take-Off (RATO) motors and initiators under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement is critical for the BQM-167A Aerial Target Drone, necessitating comprehensive qualification requirements to ensure reliability and compliance with military standards. Interested contractors must demonstrate their manufacturing capabilities and adhere to stringent testing and documentation processes, with an estimated contract value of up to $48 million. Proposals must be submitted electronically, and interested parties can contact Jesse Whinham at jesse.whinham@us.af.mil or 801-775-3237 for further details.
    AMRAAM Obsolescence
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the AMRAAM Obsolescence project, aimed at addressing the obsolescence issues related to the Advanced Medium-Range Air-to-Air Missile (AMRAAM). This procurement focuses on identifying solutions and capabilities that can support the continued operational effectiveness of the AMRAAM system, which is critical for air superiority and defense operations. Interested parties are encouraged to reach out to the primary contact, Jeremy Nable, at jeremy.nable@us.af.mil or by phone at 478-319-9426, or the secondary contact, Ivan Jones, at ivan.jones.2@us.af.mil or 202-445-7870, to discuss their qualifications and capabilities in relation to this opportunity.
    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.
    REQUEST FOR PROPOSAL (RFP) FOR PRODUCTION OF LASER GUIDED BOMBS (LGBs)
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is soliciting proposals for the production of Laser Guided Bombs (LGBs). This procurement aims to enhance the capabilities of the U.S. military by acquiring precision-guided munitions that are critical for modern warfare operations. The selected contractor will be responsible for manufacturing these advanced ordnance items, which play a vital role in ensuring effective and accurate strike capabilities. Interested parties can reach out to Kevin Simone at Kevin.Simone@navy.mil or call 301-757-4424 for further details regarding the solicitation process.
    Joint Services Electronic Combat Systems Tester (JSECST) Multiple NSNs
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is seeking sources for the Joint Services Electronic Combat Systems Tester (JSECST) covering multiple National Stock Numbers (NSNs). This procurement aims to identify qualified vendors capable of providing the necessary equipment and support services essential for electronic combat systems testing, which plays a critical role in ensuring the operational readiness of military systems. Interested parties are encouraged to reach out to the primary contact, Terrence Wideman, at terrence.wideman.2@us.af.mil or by phone at 478-468-6475, or the secondary contact, Benjiman Morris, at benjiman.morris@us.af.mil, for further information regarding this sources sought notice.
    Next Generation Jammer Mid-Band (NGJ-MB) FY24 Production Synopsis Lots 6-8
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking contractors for the production of the Next Generation Jammer Mid-Band (NGJ-MB) for fiscal year 2024, specifically for Lots 6-8. This procurement aims to enhance airborne radar capabilities, which are critical for modern military operations and electronic warfare. The contract will be performed in El Segundo, California, and interested parties can reach out to Shannon K Bromiley at shannon.k.bromiley.civ@us.navy.mil for further details. The presolicitation notice indicates that the opportunity is aligned with NAICS code 334511, focusing on radar equipment manufacturing.
    B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking potential contractors for the B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support. This initiative aims to assess market capabilities for producing modification kits and providing support for the installation of new engines on B-52H aircraft, with a focus on logistics management, compliance with Boeing's Special Licensing Agreement, and the provision of Interim Contractor Support (ICS) for a duration of five to eight years starting in FY2027. Interested contractors must demonstrate relevant experience and capabilities, with an emphasis on small business participation, as the government may consider set-asides based on interest. Responses to the Sources Sought Synopsis are due by May 15, 2023, and must include company details and small business status; for further inquiries, contact Ashley A. Brink at ashley.brink@us.af.mil or (405) 734-0924.
    IRST Block II Full Rate Production (FRP) - Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs)
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking contractors for the Full Rate Production (FRP) of the IRST Block II, which includes Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor Weapon Replaceable Assemblies (WRAs). This procurement aims to enhance the capabilities of naval aviation systems by providing critical electronic countermeasures and advanced targeting solutions. The goods and services sought are vital for maintaining the operational readiness and effectiveness of military aircraft. Interested parties should direct inquiries to Jessica Williams at jessica.l.williams265.civ@us.navy.mil or Jessica Myers at jessica.v.myers.civ@us.navy.mil, with performance expected in Orlando, Florida, under NAICS code 336413.
    F-35 CONSTRUCT COMBINED WEAPONS FACILITY
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of the F-35 Combined Weapons Facility (CWF) at the Jacksonville Air National Guard Base in Florida. This project is set aside for small businesses, with an estimated contract value ranging from $10 million to $25 million, and aims to enhance military capabilities through the establishment of new training and operational facilities. Proposals must be submitted by 10:00 AM on March 20, 2025, following a mandatory pre-bid conference and site visit scheduled for February 26, 2025. Interested contractors can direct inquiries to TSgt Frederick Cherry at frederick.cherry.1@us.af.mil or call 904-741-7405 for further details.