Israeli System Architecture & Integration (ISA&I) Study
ID: 23-MDA-11352Type: Justification
Overview

Buyer

DEPT OF DEFENSEMISSILE DEFENSE AGENCY (MDA)MISSILE DEFENSE AGENCY (MDA)HUNTSVILLE, AL, 35898, USA

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Department of Defense, through the Missile Defense Agency (MDA), intends to award a sole-source contract to WALES, Ltd. for the continuation of the Israeli System Architecture & Integration (ISA&I) Study. This five-year, Firm-Fixed Price (FFP) contract, valued at approximately $5,750,000, aims to further develop a comprehensive defense strategy for Israel against various missile threats, including ballistic and cruise missiles, by conducting system architecture definition, evaluation, and critical technical analyses. The unique qualifications of WALES, Ltd., which include over thirty years of experience and exclusive access to sensitive Israeli defense information, justify the decision to forgo full and open competition, as no other entity possesses the necessary capabilities or access. Interested parties can reach out to Willis Brice at willis.brice@mda.mil or by phone at 256-450-4790 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This Justification and Approval (J&A) outlines the Missile Defense Agency (MDA) Missile Defense Agency (MDA), U.S.-Israeli Cooperative Program Office (MDA/IP)'s intent to award a sole-source, Firm-Fixed Price (FFP) contract to WALES, Ltd. for the Israeli Systems Architecture and Integration (ISA&I) Study. This five-year follow-on contract, estimated at $5,750,000, will continue system architecture definition, evaluation, and analysis. The decision to forgo full and open competition is justified under 10 U.S.C. 2304 (c)(1) and FAR 6.302-1(a)(2)(iii)(A), citing WALES, Ltd.'s unique qualifications as the original and only responsible source. With over thirty years of experience and exclusive access to Israeli Top Secret missile defense doctrine, computer models, and established relationships with Israeli defense organizations, WALES, Ltd., is deemed indispensable. Market research confirmed no other U.S. or Israeli company possesses the required technical capability or access. Awarding to another source would result in substantial costs and unacceptable delays, and there are no current plans to enable future competition due to the specialized nature of the program.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HQ014718D0005 SWDC IDIQ Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is extending the IDIQ contract HQ014718D0005 for the SWDC program, specifically justifying the continuation of services with Northrop Grumman as the sole capable source. The procurement aims to maintain critical national defense research and development services, leveraging Northrop Grumman's unique qualifications and extensive experience from a previous $700 million investment over 15 years, which is essential for ensuring continuity and performance. This extension is crucial to avoid disruptions that could arise from transitioning to another contractor, as it would require significant knowledge acquisition that could negatively impact cost, schedule, and performance. Interested parties can reach out to Joshua Kachelman at joshua.kachelman@mda.mil or call 256-450-0343 for further details regarding this opportunity.
    HQ0147-19-C-0005 Modified Ballistic Re-Entry Vehicle (MBRV)-11 Justification & Approval
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to justify and approve the procurement of the Modified Ballistic Re-Entry Vehicle (MBRV)-11 under contract HQ0147-19-C-0005. This opportunity involves the acquisition of guided missile technology, specifically focusing on the MBRV-11, which plays a critical role in national defense and missile defense systems. The justification and approval documents, which are essential for understanding the procurement's context and requirements, are available for review in the attached files. Interested parties can reach out to Jennifer Morgan at jennifer.morgan@mda.mil or by phone at 256-450-3144 for further information regarding this opportunity.
    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.
    MDA Agile Professional Services Solution (MAPSS)
    Buyer not available
    The Missile Defense Agency (MDA) is seeking industry participation for its Agile Professional Services Solutions (MAPSS) initiative, which aims to procure advisory and assistance services to enhance missile defense capabilities for the U.S. and its allies. The procurement will be structured in multiple tranches, focusing on various areas such as engineering, logistics, cybersecurity, and program support, with a significant emphasis on engaging small businesses. This initiative is critical for maintaining and advancing the operational effectiveness of the Missile Defense System, with an estimated total contract value of approximately $5.5 billion over the next decade. Interested vendors are encouraged to submit their capabilities statements and responses to the Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
    FMS - Multiple Countries; Sole Source to RTX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of specific electronic components related to the Patriot Missile System, under the RFP SPRRA2-25-R-0070. The selected contractor, Raytheon Corporation, is required to submit detailed proposals for parts intended for Taiwan, Poland, and Korea, including comprehensive cost data and documentation by the deadlines of July 14, 2025, and subsequent amendments extending proposal due dates for specific countries. These components, which include various circuit card assemblies and specialized electronic parts, are crucial for the maintenance and enhancement of defense systems, emphasizing the importance of timely and accurate procurement. Interested parties can reach out to Kelsey Brown at kelsey.e.brown@dla.mil for further information regarding this opportunity.
    Common Autonomous Multi-Domain Launcher (CAML) RFI – Weapon System Integrator
    Buyer not available
    The Department of Defense, through the Department of the Army's PAE Fires CAML Product Office, is seeking information from potential sources to serve as a Weapon System Integrator (WSI) for the Common Autonomous Multi-Domain Launcher (CAML) system. The WSI will be responsible for the integration of autonomous mobility platforms and munitions pallets into a cohesive CAML system, which is designed to enhance or replace existing Army launchers and is expected to be operational within 18 months of contract award. This initiative is critical for advancing the Army's capabilities in multi-domain operations, emphasizing the importance of integrating advanced technologies for enhanced mobility and firepower. Interested U.S. companies with relevant systems integration experience are encouraged to submit capability statements by December 15, 2025, and an industry day is tentatively scheduled for January 21-22, 2026. For further inquiries, interested parties may contact Joshua E. Flinn at joshua.e.flinn.civ@army.mil or Abbie Chatelain at abigail.e.chatelain.civ@army.mil.
    M1A1 Abrams Tank Turret Armor Installation - Redacted J&A
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command – Detroit Arsenal, intends to award a sole-source contract to General Dynamics Land Systems (GDLS) for the removal of existing armor and installation of Foreign Military Sales (FMS) armor on 116 M1A1 Abrams tank turrets designated for Poland. This procurement is justified under FAR 6.302-1, citing GDLS as the Original Equipment Manufacturer (OEM) with the unique expertise and secure facilities necessary for this specialized work, as market research indicated no other capable sources. The contract, valued at approximately $24,841,028.25, includes an initial delivery of 28 turrets by the end of fiscal year 2022, with an option for an additional 88 turrets in early fiscal year 2023, emphasizing the urgency of providing Poland with combat-ready vehicles. For further inquiries, interested parties may contact Thomas Monette at thomas.j.monette6.civ@army.mil or by phone at 571-588-9189.
    KI-492 National Security Agency (NSA) Certification
    Buyer not available
    The Department of Defense, through the Space Development Agency (SDA), intends to award a sole-source contract to Innoflight for the KI-492 National Security Agency (NSA) certification Engineering Change Proposal (ECP), which includes necessary software updates and fixes for the KI-492 encryption device. This procurement is critical for ensuring the device's compliance with NSA requirements for secure communications, as the KI-492 is integral to the SDA's operations, particularly for Tranche 2 applications. Interested parties may express their interest and provide a description of how they can fulfill the requirements by emailing the primary contact, Marco Castaneda, by December 22, 2025, at 5:00 PM EST. The anticipated contract will be a firm-fixed price agreement, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for award.
    TEAMS BMDS CSM/CND Contract Extension
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is seeking to extend the TEAMS BMDS CSM/CND contract, which involves professional engineering and technical support services. This contract extension is crucial for maintaining and enhancing the capabilities of the Ballistic Missile Defense System (BMDS) and ensuring the effectiveness of the associated command and control systems. The performance will take place at Redstone Arsenal in Alabama, and interested parties can reach out to Lauren Travis at lauren.travis@mda.mil for further details. The specific funding amount and deadlines are not disclosed in the available information.
    Limited Sources Justification for Programmatic Support Services with the Security Assistance Management Directorate (SAMD)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to increase the ceiling for contract W31P4Q-18-A-0035/T.O. 0001, which pertains to programmatic support services for the Security Assistance Management Directorate (SAMD). This procurement aims to provide essential support services both within the continental United States (CONUS) and outside the continental United States (OCONUS). The services are critical for the effective management and execution of security assistance programs, which play a vital role in international defense cooperation. Interested parties can reach out to Delvin Sullivan at delvin.l.sullivan.civ@army.mil or by phone at 256-842-0739, or Michael K. Nickelson at michael.k.nickelson.civ@army.mil or 256-842-0522 for further information.