WEAPON SYSTEM ANALYSIS, MODELING AND SIMULATION SOFTWARE UPDATE, AND TEST SUPPORT
ID: N6893625R0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Engineering Services (541330)

PSC

NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT (AC33)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division, is seeking capabilities for weapon performance analysis, modeling and simulation software updates, and test support for various U.S. Navy weapon systems. The procurement aims to enhance the lethality performance of missiles such as the AIM-9, AIM-120, and Tomahawk, through comprehensive studies, software updates, and test planning, ensuring operational effectiveness and battlespace dominance. Interested firms must submit a capability statement by the deadline of 13 days after the notice publication, referencing solicitation number N6893625R0009, and must be registered in the System for Award Management (SAM) database to participate in this opportunity. For further inquiries, contact Joel Blaine Ashworth at joel.b.ashworth.civ@us.navy.mil or Brad Watson at john.b.watson1.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a Performance Work Statement (SOW) for the Research Development Test and Evaluation (RDT&E) support services required for updating modeling and simulation software related to various U.S. Navy weapon systems. It specifies tasks such as lethality performance studies, software updates, test planning, and support for a range of missile systems, including AIM-9 and Tomahawk Missile. The Naval Air Warfare Center Weapons Division (NAWCWD) is tasked with ensuring operational effectiveness through integrated warfare systems. The SOW includes provisions for technical requirements, deliverables, work location, contractor responsibilities, and security protocols, emphasizing the need for U.S. citizenship among personnel and compliance with stringent security regulations. Deliverables outlined include monthly progress reports and test plans. The overarching goal is to maintain battlespace dominance by developing robust modeling and analysis tools while adhering to applicable government standards and security measures. The document reflects the government's structured approach to enhancing military weapon systems through meticulous research and development activities.
    Lifecycle
    Similar Opportunities
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    Weapons Management System (WMS) New Buys
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.
    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.
    F-35 "Lightning II" Training Systems and Simulation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NAWC Training Systems Division, is seeking to issue a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the F-35 "Lightning II" Training Systems and Simulation. This contract aims to provide a comprehensive range of services, including analysis, modeling, simulation, design, development, production, modification, test and evaluation, and product support for F-35 training systems and simulation products, ensuring realistic training events for pilots, aircrew, and maintainers. The integration of these capabilities into the Training Infrastructure System (TIS) Operational Environment is crucial for the effective training of personnel on the complex F-35 air system. Interested parties may respond to the sources sought notice within 15 calendar days to identify their capabilities; however, the government is not obligated to award a contract and will not cover any costs incurred in preparing responses. For further inquiries, contact Tara Malloy-Paull at tara.malloy-paull@jsf.mil or Michael Donaldson at Michael.donaldson2@jsf.mil.
    Request for Information: Collaborative Integrated Air and Missile Defense requirements
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking industry input for the Collaborative Integrated Air and Missile Defense (IAMD) Planning Program. This Request for Information (RFI) aims to gather innovative software solutions, particularly those utilizing Artificial Intelligence (AI), to enhance IAMD planning capabilities for the U.S. Navy, including mission analysis, Course of Action (COA) development, and execution transition. The information collected will support the development, prototyping, production, and sustainment of software solutions that integrate with existing Navy systems. Interested parties are invited to submit white papers detailing their solutions and strategies by November 3, 2025, and may contact Rachel Jimenez at rachel.r.jimenez5.civ@us.navy.mil or Christopher Auen at christopher.d.auen.civ@us.navy.mil for further inquiries.
    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.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    N0016425SC001 CSO
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting innovative commercial solutions via a Commercial Solutions Opening (CSO) for the development of advanced technologies in areas such as Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare. The primary objective is to enhance operational effectiveness by addressing capability gaps with innovative solutions, including a Miniature Aiming System (MAS) for the .338 Norma Magnum Light Machine Gun and a Small Modular Optic and Laser Designator (SMOLDr) that improves laser designation capabilities. Proposals must be submitted electronically by July 3, 2025, for the MAS and by August 13, 2025, for the SMOLDr, with all submissions evaluated based on technical merit and feasibility. Interested parties can contact Mark Dravet at mark.v.dravet.civ@us.navy.mil or call 812-381-7085 for further information.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    6150014481171; 32N FA18 AIRCRAFT ARMAMENT; 43N F/A-18 HORNET; 55N HARRIER; F0N MISSLE LAUNCHER LAU-127 SERIES; H1N NAVY/MARINE AIRCRAFT ARMAMENT EQUIPMENT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the procurement of NSN 6150-014481171, which pertains to various aircraft armament equipment for the Navy and Marine Corps, including components for the F/A-18 Hornet and Harrier. The objective is to find capable organizations that can provide all necessary labor, materials, and equipment for the new manufacture of these items, which may include component parts procurement, inspection, testing, and logistics management. This procurement is critical for maintaining the operational readiness of military aircraft and ensuring the availability of essential armament systems. Interested parties are invited to submit their capability statements by December 8, 2025, at 2:00 PM EST, via email to LaDonna Groven at LaDonna.Groven@dla.mil, as there is no current solicitation and the government assumes no financial responsibility for costs incurred in response to this notice.