Active Expendable Decoy (AED) Procurement and Support
ID: N00019-25-RFPREQ-TPM272-0084Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT (5865)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Systems Command, is planning to award a sole source contract modification for the procurement of Active Expendable Decoys (AED) and related support for the F-35 platform. This procurement includes an estimated quantity of 1,200 AEDs, impulse cartridges, support equipment, repairs, and field service representative support, aimed at fulfilling requirements for Fiscal Year 2026. The modification will be awarded to Leonardo, United Kingdom, as they are the only contractor with the necessary manufacturing technology and qualifications to meet the government's needs. For further inquiries, interested parties can contact Elizabeth Lamb at elizabeth.v.lamb2.civ@us.navy.mil. This notice serves informational purposes only and is not a request for proposals.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    SOLE SOURCE – FDS TT&E UPGRADES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure upgrades for the FDS TT&E system via a sole source contract. The objective of this procurement is to modify equipment related to aircraft components and accessories, ensuring enhanced operational capabilities. This upgrade is critical for maintaining the effectiveness and reliability of defense systems. Interested parties can reach out to Joshua Tester at joshua.e.tester.civ@us.navy.mil for further details regarding this opportunity.
    N00024-20-R-5525 - Nulka Mk234 Payload Production and Modification
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command, is seeking to procure the MK 234 Nulka Advanced Decoy Architecture Program (ADAP) series payloads from L3Harris, Clifton, New Jersey. This procurement involves a firm-fixed price, cost-plus-fixed-fee, and cost-reimbursable contract valued at $33,568,100, with options that could increase the total contract value to $124,003,133. The MK 234 Nulka payloads are critical for electronic countermeasures and are essential to meet Navy requirements without unacceptable delays, as L3Harris is the only responsible source capable of producing these specialized systems. Interested parties can reach out to Brittany Burton at brittany.m.burton4.civ@us.navy.mil or Holly Danner at holly.r.danner.civ@us.navy.mil for further information.
    16--LEADING EDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of new manufacture spare parts under the title "16--LEADING EDGE." The requirement involves the acquisition of three units of NSN 1R-1680-016241425-V2, with delivery terms set to FOB Origin, and will be evaluated based on lead time, price, past performance, and capacity. These parts are critical for flight operations, necessitating government source approval prior to contract award, as the technical data required for alternative sources is not available. Interested vendors must contact Danielle M. Junod at (215) 697-1138 or via email at DANIELLE.M.JUNOD.CIV@US.NAVY.MIL for further details and to ensure compliance with the source approval requirements.
    EMALS Development ECP-I-EMALS-0059 EMALS Catapult Status Dashboard (CSD) and ECP-I-EMALS-0060 EMALS Maintenance Laptop
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations for a contract with General Atomics (GA) to procure Engineering Change Proposals (ECPs) for the Electromagnetic Aircraft Launch System (EMALS). This contract will specifically focus on the development of the EMALS Catapult Status Dashboard (CSD) and the EMALS Maintenance Laptop, which are essential for maintaining system availability objectives on Ford Class Carriers. The awarded contract will facilitate necessary Non-Recurring Engineering (NRE), procedure validation, and software/hardware testing associated with these ECPs, which have already been fielded on CVN 78. The anticipated award date is May 2026, with performance extending through December 30, 2029. Interested parties can reach out to Tyler Rowe or Margo O'Rear for further information, and subcontracting inquiries should be directed to Zach Baur at General Atomics.
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    15--LEADING EDGE,AIRCRA, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Leading Edge Aircraft components. This procurement aims to ensure the maintenance and operational readiness of critical aircraft parts, which are essential for national defense and military operations. The contract will follow specific quality assurance and packaging standards, although detailed requirements are not explicitly outlined in the solicitation. Interested vendors can reach out to Danielle M. Cutrera at 215-697-6566 or via email at danielle.m.cutrera.civ@us.navy.mil for further information regarding the proposal submission process.
    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.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.