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
    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
    Similar Opportunities
    AIM-9X Lots 27-29 Production
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure the production of Lots 27-29 AIM-9X Sidewinder Missiles, which includes a maximum quantity of 7,500 missiles and associated support materials. This procurement will be executed as a Fixed Price Incentive Firm (FPIF) contract with a base year and two options, aimed at fulfilling the needs of the United States Navy, Air Force, Army, and Foreign Military Sales customers. The AIM-9X missiles are critical for air-to-air combat and training operations, and the contract is expected to be awarded solely to Raytheon Company based on FAR 6.302-1, which allows for procurement from a single responsible source. Interested parties should direct inquiries to Sarah Moore via email at sarah.n.moore11.civ@us.navy.mil, noting that there are no commitments from the Government to issue solicitations or awards prior to contract finalization.
    AIM-9X Systems Improvement Program FOIVE Contract
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate and award a Cost-Plus Fixed Fee (CPFF) contract for the AIM-9X Systems Improvement Program to Raytheon Missiles and Defense, located in Tucson, Arizona. This contract will support ongoing missile improvement activities, including Non-Recurring Engineering (NRE) for hardware development, operational flight software support, and integration of engineering changes, with a performance period of up to five years. The AIM-9X Program is crucial for enhancing the capabilities of the United States Navy and Air Force, as well as various Foreign Military Sales customers. Interested parties should direct inquiries to Megan Ryce at megan.e.ryce.civ@us.navy.mil, with a copy to Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, noting that the procurement is intended to be sole source to Raytheon based on FAR 6.301-1.
    Alpha VI - Inc 3 add Sole Source Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a solicitation for a sole-source contract to Raytheon Company for the addition of parts to the existing Subsumable Contract SPRRA2-25-D-0016, which falls under the Alpha 6 Long-Term Contract Umbrella. This procurement involves seven National Stock Numbers (NSNs) that will support the Patriot Missile and other defense systems, emphasizing the critical nature of these components for military operations. The contract is governed by the basic terms and conditions of the umbrella contract, and interested parties can reach out to Jackson Cannon at jackson.cannon@dla.mil or David Bennett at david.b.bennett@dla.mil for further information. The solicitation is issued under the authority of 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, indicating that only Raytheon can fulfill these specific requirements.
    Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is issuing a Request for Proposal (RFP) SPRRA2-26-R-0007, specifically directed to Raytheon Company, for the addition of thirteen National Stock Numbers (NSNs) to an existing contract. This sole-source procurement is critical for supporting the Patriot Missile and other defense systems, requiring firm-fixed pricing for a five-year period and detailed cost data submission. Interested parties must indicate their intent to propose within five business days and submit their full proposals by January 28, 2026, at 5:00 P.M. CST, with all communications directed to the DLA contracting team, specifically to Lewis Fournet at lewis.fournet@dla.mil or David Bennett at david.b.bennett@dla.mil.
    RFP Routing Logic Radio Interface; Sole Source to Raytheon
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the Routing Logic Radio Interface Units (RLRIU) to support upgrades for the Patriot Radar system, specifically targeting Raytheon as the sole source provider. The procurement aims to acquire essential components for system modernization, including various update kits and associated hardware necessary for maintaining and enhancing the Integrated Fires Mission Command capabilities. This opportunity is critical for ensuring the operational readiness of defense systems, with proposals due by November 4, 2025, at 4:00 p.m. CST, and all communications directed to Kelsey Brown at kelsey.e.brown@dla.mil.
    Patriot Spares; Sole Source to Raytheon
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals from Raytheon Company for specific spare parts related to the Patriot missile system. The procurement aims to secure pricing for parts that are not currently covered under an existing contract, necessitating a detailed proposal that includes cost data, subcontractor information, and compliance with various regulations. These parts are critical for maintaining and upgrading defense systems, particularly for operations involving the United Arab Emirates. Interested parties should note that the proposal closing date has been extended to February 6, 2026, at 4:00 PM CST, and must direct inquiries to Kimberly S. Thomas or Anna Phillips via their provided email addresses.
    Joint Standoff Weapon (JSOW) United States Navy (USN) FY26 Repair of Repairables
    Dept Of Defense
    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.
    rail launcher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure a rail launcher, specifically categorized under the PSC code 1440 for guided missile launchers. The procurement is part of a Justification and Approval (J&A) posting, indicating a specialized requirement, although specific details have been redacted. Rail launchers are critical components in missile systems, playing a vital role in the operational capabilities of defense systems. Interested parties can reach out to Michael Romine at michael.1.romine@dla.mil or Al Condino at al.1.condino@dla.mil for further inquiries, with Al Condino also available by phone at 256-924-7954.
    OTH-WS Sources Sought for Production & Design Agent Support
    Dept Of Defense
    The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA), is conducting a sources sought notice to identify potential sources capable of manufacturing the Over the Horizon – Weapons System (OTH-WS) and providing Design Agent support. This procurement aims to enhance the U.S. Navy's capabilities in long-range anti-ship warfare by supplying 516 Encanistered Missiles (EM) and associated systems, which are designed to operate effectively in hostile environments without requiring further guidance after launch. Interested parties are encouraged to submit their responses to the market survey questionnaire by December 31, 2025, to the designated contacts, including Brittany Burton at brittany.m.burton4.civ@us.navy.mil and Jamal Newman at jamal.e.newman.civ@us.navy.mil, as the government will not accept unsolicited proposals or reimburse any costs associated with the responses.
    ACCESSORY PORT MANI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime in Albany, is seeking proposals for the procurement of 10 units of the Accessory Port Mani, identified by NSN 1385-01-676-6360. This item is a sole source requirement from Teledyne FLIR (CAGE 7KJ69) and will be solicited under FAR Part 15, Contracting by Negotiations, with a delivery requirement of 30 days. The solicitation will be available on DIBBS starting December 29, 2025, and interested suppliers are encouraged to submit their proposals electronically via DIBBS or by email to the Acquisition Specialist, Cerita Sellers, at Cerita.Sellers@dla.mil. Proposals must be in English and in US dollars, with a focus on price, past performance, and delivery for evaluation.