Notice of Intent to Sole Source - Stinger Air-to-Air Launcher
ID: M67854-25-I-0130Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

LAUNCHERS, ROCKET AND PYROTECHNIC (1055)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 2:00 PM UTC
Description

The Department of Defense, specifically the Department of the Navy, intends to negotiate a sole-source contract for the procurement of the Stinger Air-to-Air Launcher (ATAL) system from Raytheon Company. This procurement includes spares, training, sustainment, and associated engineering services to support the Marine Air Defense Integrated System Increment 1 (MADIS Inc. 1) program, as Raytheon is the original designer and producer of the ATAL, which is the only available solution that meets the program's requirements. The anticipated contract will be a hybrid Cost-Plus-Fixed Fee/Firm-Fixed-Price agreement with a performance period of five years, and interested parties must submit their interest and capability by 10:00 AM local time on April 17, 2025, to the primary contacts, Max L. G. Kirkman and Stasia Baker, via their respective emails.

Point(s) of Contact
Max L. G. Kirkman
max.kirkman@usmc.mil
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
AMRAAM Obsolescence
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Firm-Fixed Price contract for obsolescence support related to the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for providing various services, including obsolescence infrastructure support, material procurement, non-recurring engineering efforts, and test equipment modernization. This contract is crucial for maintaining the operational readiness and technological advancement of AMRAAM missiles. The anticipated contract will be a sole source award to Raytheon Company, with a solicitation expected to be released on May 1, 2025, and responses due within 90 days of issuance. Interested parties can reach out to the primary contact, Jeremy Nable, at jeremy.nable@us.af.mil or by phone at 478-319-9426 for further information.
FMS - Multiple Countries; Sole Sourced to Raytheon
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure specific part numbers (P/Ns) to support the Patriot Missile System, with the procurement being sole-sourced to Raytheon. The acquisition involves pricing various electronic assemblies, including high-power traveling wave tubes and circuit card assemblies, which are critical for advanced defense and communication applications. This procurement is part of a new indefinite delivery requirements contract aimed at supporting the modernization efforts of the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties must direct their requests for solicitation to Kelsey Brown via email at kelsey.e.brown@dla.mil, and note that the closing date for submissions is estimated and may be adjusted based on the solicitation release date.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
Multiple NSNs & PNs in support of the Patriot Weapons System
Buyer not available
The Defense Logistics Agency (DLA) is issuing a solicitation for multiple National Stock Numbers (NSNs) and part numbers (PNs) to support the Patriot Weapons System, specifically through a sole-source contract with Raytheon Company. This procurement aims to add parts to a subsumable contract under the "Alpha 6" long-term contract umbrella, which will succeed the existing DLA-Raytheon Depot Level Repairable contract. The parts, which include various components such as cable assemblies, circuit card assemblies, and converters, are critical for the operation and maintenance of the Patriot Missile and related systems. Interested parties must indicate their intention to submit a proposal within five business days and submit their proposals by 5:00 P.M. Central Standard Time on June 30, 2025. For further inquiries, contact David Bennett at david.b.bennett@dla.mil or Adam Henson at Jeffrey.Henson@dla.mil.
M-Code LRIP
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a modification to contract N0001919C0083 for the procurement of AGR5 parts and assemblies, as well as related services for the Tomahawk Land Attack Missile system. This procurement includes the disassembly of AGR4 units, assembly and testing of AGR5 units, modifications to Automated Test Equipment, and acceptance testing, all crucial for supporting the Low Rate Initial Production (LRIP) of the AGR5 system. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and expertise. Interested parties may submit responses for consideration, and inquiries can be directed to Zacerry Herbert or Diana K. Harritt via their provided email addresses.
Qatar Emiri Air Force (QEAF) Joint Standoff Weapon (JSOW) AGM-154C Initial Integrated Logistics Support (ILS) and training
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract with Raytheon Missile & Defense for the provision of Initial Integrated Logistics Support (ILS) and training for the Qatar Emiri Air Force's Joint Standoff Weapon (JSOW) AGM-154C. This procurement is critical as Raytheon is the sole designer and manufacturer of the JSOW system, possessing the unique technical expertise and resources necessary to fulfill the requirements. Interested parties may submit capability statements to express their interest, although the government has no obligation to solicit further proposals or awards. For inquiries, contact John Barr at john.m.barr1.civ@us.navy.mil or Lauren M. Ivancik at lauren.ivancik@navy.mil.
Medium Range Ballistic Missile (MRBM) Type 1/Type 2 (T1/T2) Integrated Logistics Support and Project Management Support Combined Sources Sought/Notice of Intent to Sole Source
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is conducting market research for Integrated Logistics Support (ILS) and Project Management Support (PMO) for the Medium Range Ballistic Missile Type 1/Type 2 (MRBM T1/T2) target vehicles. The MDA seeks alternate sources capable of providing these services to support the Missile Defense System test program through December 31, 2029, as the current contractor, Aerojet Rocketdyne Coleman Aerospace Inc. (ARCA), is expected to be the sole source if no other capable vendors are identified. This procurement is critical for ensuring the successful development, integration, and launch of MRBM targets, with responses due by May 7, 2025, at 3:00 PM Central Time. Interested parties should direct their inquiries and submissions to Anita B. Stanford at anita.stanford@mda.mil or call 256-450-2262.
GQM-163A Aerial Target Operation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center, is conducting a sources sought notice for the GQM-163A Aerial Target Operation, aimed at gathering market research for potential contractors. Interested parties must be certified through the Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information (CUI) and must coordinate with their CAGE code’s Data Custodian for access. This opportunity is crucial for ensuring the operational readiness and effectiveness of aerial target systems, with responses due by May 7, 2025, at 3:00 PM PST. For further inquiries, interested contractors can contact Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.
LEAD,STK BAN
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the LEAD, STK BAN, under a fixed-price contract. The procurement requires compliance with various military standards for manufacturing, marking, and quality assurance, ensuring that the delivered items meet specific material and physical requirements. This contract is crucial for maintaining operational readiness and support for naval weapon systems, with a delivery timeline of 90 days post-award. Interested vendors can reach out to Jennifer Henry at 717-605-2172 or via email at jennifer.henry@navy.mil for further details and to submit proposals.
Joint Multiple Effects Warhead System (JMEWS) Transition to Production (TTP)
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a modification to Contract N00019-19-C-0004 for the Transition to Production (TTP) of the Joint Multi Effects Warhead System (JMEWS). This procurement aims to address critical requirements related to test readiness, design, integration, testing, evaluation, and hardware production, supporting the continued development and production readiness of JMEWS for integration into Tactical Tomahawk (TACTOM) systems. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and manufacturing documentation. Interested parties may submit capability statements to Shondra Stoner at shondra.l.stoner.civ@us.navy.mil, with the anticipated period of performance being 18 months from contract award.