Increase Contract Ceiling - HQ0851-21-D-0001 Sustaining Engineering and Product Support for Standard Missile-3 Block IA, IB, and IIA All Up Round Missiles
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEMISSILE DEFENSE AGENCY (MDA)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 4, 2025, 5:00 PM UTC
Description

The Missile Defense Agency (MDA) intends to increase the contract ceiling for HQ0851-21-D-0001, which pertains to Sustaining Engineering and Product Support for Standard Missile-3 Block IA, IB, and IIA All Up Round Missiles. This contract action aims to accommodate the MDA's heightened demand for complex and highly technical services, including technical baseline engineering, cybersecurity, and foreign military sales activities, without altering the existing contract period of performance. The continuity of these critical services is essential for maintaining the agency's capability enhancements, as Raytheon is identified as the sole source capable of fulfilling these requirements within the necessary timeframe. Interested parties can reach out to Amy Roark at amy.roark@mda.mil or call 256-450-1781 for further inquiries, noting that this notice is not a request for competitive proposals and no formal solicitation package is available.

Point(s) of Contact
Files
No associated files provided.
Similar Opportunities
Notice of Intent: Radar Test Contract (RTC) Bridge Extension
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense intends to solicit and negotiate a sole source contract for the Radar Test Contract (RTC) Bridge Extension, primarily with Raytheon Company. This contract will support the planning, execution, and analysis of Integrated Master Test Plan (IMTP) defined test events for various Missile Defense System (MDS) radars, including the AN/TPY-2, Sea-Based X-Band Radar (SBX), Upgraded Early Warning Radars (UEWR), and COBRA DANE radar. The services are critical for ensuring the effectiveness of the MDS testing efforts and include program management, risk management, and the sustainment of sensor models. Interested parties must be registered in the System for Award Management and can direct inquiries to Ms. Khaliah Burns at Khaliah.burns@mda.mil. This notice is not a request for competitive proposals, and the government will not pay for information submitted.
Contract Period of Performance (PoP) Extension and Options for Additional Modified Ballistic Re-Entry Vehicle (MBRV)-11 Development, Production, Delivery, and Launch Operations
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is conducting a market research initiative to extend the contract period of performance (PoP) for the Modified Ballistic Re-Entry Vehicle (MBRV)-11 development, production, delivery, and launch operations. The objective is to extend the current PoP by three years and add options for three additional MBRV-11s, which are critical for supporting various missile defense system test requirements. This procurement is vital for ensuring the continued production and execution of subscale targets necessary for testing and evaluating missile defense capabilities. Interested parties must submit their responses by April 16, 2025, to the designated email address, and should include relevant experience, capabilities, and cost estimates as part of their submission.
MDA IT Operations & Engineering Solutions (MIOES)
Buyer not available
The Missile Defense Agency (MDA) is seeking proposals for the MDA IT Operations & Engineering Solutions (MIOES) contract, which aims to enhance the agency's capabilities in information technology and engineering services. This procurement focuses on the research, development, testing, evaluation, and integration of missile defense systems, emphasizing the need for a secure and robust IT infrastructure to support mission operations. The MIOES contract is critical for maintaining operational readiness and ensuring compliance with federal cybersecurity standards, with a projected contract award anticipated in the second quarter of fiscal year 2025. Interested parties should monitor updates on SAM.gov and direct inquiries to Jonathan "Jon" Wood at jonathan.wood@mda.mil or Christopher "Chris" Jeon at christopher.jeon@mda.mil.
Missile Defense AE Services IDC 5.0 Combined Synopsis/Solicitation
Buyer not available
The Department of Defense, specifically the U.S. Army Engineering and Support Center in Huntsville, is seeking qualified firms to provide a full spectrum of facility engineering and architectural services under an Indefinite Delivery Contract (IDC) in support of the Ballistic Missile Defense System. The objective of this procurement is to ensure comprehensive engineering services that align with the requirements set forth by the Mandatory Center of Expertise (MD-CX) for missile defense facilities. This contract is critical for maintaining and enhancing the infrastructure necessary for national defense initiatives. Interested firms must submit their responses by April 14, 2025, at 12:00 PM Central Standard Time, and can direct inquiries to Lashonda Smith at lashonda.c.smith@usace.army.mil or Tianna Love at tianna.r.love@usace.army.mil.
MDA Agile Professional Services Solution (MAPSS)
Buyer not available
The Missile Defense Agency (MDA) is seeking qualified vendors to participate in its Agile Professional Services Solutions (MAPSS) initiative, which aims to enhance missile defense capabilities through a structured procurement process. The MDA intends to acquire knowledge-based services across multiple tranches, focusing on areas such as engineering, logistics, cybersecurity, and advisory support, with a significant emphasis on small business participation. This initiative is crucial for maintaining and advancing the U.S. missile defense system, ensuring that the agency can effectively respond to evolving threats. Interested vendors must submit their capabilities statements and responses to Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to primary contact Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
Missile Systems - Recertification Fuze Procurement
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to negotiate and award a Firm Fixed Price Delivery Order to Raytheon Missiles & Defense for the procurement of new fuzes necessary for the recertification of the Tomahawk Missile System. This procurement is driven by service life limits that necessitate the replacement of fuzes during missile recertification, highlighting the critical nature of maintaining operational readiness for this key defense asset. Raytheon is the sole manufacturer of the Tomahawk Missile System and possesses the unique expertise and technical data required for this effort, making this a sole-source procurement under the authority of FAR 6.302. Interested parties may submit capability statements to Zacerry Herbert at zacerry.g.herbert.civ@us.navy.mil, although this notice is not a request for competitive proposals.
Notice of Intent to Sole Source - Stinger Air-to-Air Launcher
Buyer not available
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.
Avenger Air Defense System – SOLE SOURCE RAYTHEON
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to acquire a Cooler Reservoir Assembly under a sole source contract with Raytheon Company. This procurement involves a one-year Firm Fixed Price (FFP) Indefinite Delivery Requirement (IDR) contract for the assembly, identified by NSN 1440-01-451-5825 and Part Number 481-200571, which is critical for the operation of the Avenger Air Defense System. The contract will encompass design, build, supply of parts, and additional functions such as inventory management and engineering maintenance, with pricing effective through September 2025. Interested parties must direct inquiries to David Bennett at david.b.bennett@dla.mil, and note that the solicitation will be published on SAM.GOV, with a response deadline of 15 days from the presolicitation notice.
Air Defense Interrogator Hardware Upgrade- Sole Source to Raytheon Collins Aerospace
Buyer not available
The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for the Air Defense Interrogator (ADI) TPX-57A(V)1 Hardware Upgrade, specifically targeting Raytheon Collins Aerospace as the sole source for this procurement. The objective is to enhance the existing capabilities of the ADI system, which plays a critical role in the PATRIOT’s Identification Friend or Foe (IFF) system, supporting the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties, including small and disadvantaged businesses, are encouraged to express their capabilities and seek source approval, as the acquisition is being processed under FAR 6.302-1(a)(1) due to the limited number of responsible sources. For further inquiries, potential contractors can contact Lauren Tatum or Anna Phillips via email, and responses are due within three days of this notice.
Mid Range Capability (MRC) Production
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking to acquire a fifth battery for the Mid Range Capability (MRC) weapon system through a sole-source contract with Lockheed Martin Corporation (LMC). This procurement is necessitated by the Army's immediate need for additional Ground Support Equipment (GSE) and is justified under Title 10 U.S.C. 3204(a)(1), as LMC is the only responsible source capable of fulfilling the requirements due to their prior development and production of the first four batteries. The MRC system is critical for enhancing the Army's operational capabilities, and the decision to proceed without full and open competition is based on the lack of comprehensive technical data packages and the significant costs and delays associated with transitioning to another vendor. Interested parties can reach out to LaTasha Y. Porter at latasha.y.porter.civ@army.mil or Thomas B. Mangum at thomas.b.mangum3.civ@mail.mil for further information.