Joint Air to Surface Standoff Missile (JASSM) Joint Air-To-Surface Standoff Missile Extended Range (JASSM-ER) Long Range Anti-Ship Missile (LRASM) Follow-on IDIQ Contract
ID: FA8682-22-D-B001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8682 AFLCMC EBJKEGLIN AFB, FL, 32542-6883, USA

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

MISCELLANEOUS WEAPONS (1095)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for the Joint Air-To-Surface Standoff Missile Extended Range (JASSM-ER) and Long Range Anti-Ship Missile (LRASM) Follow-on IDIQ Contract. This procurement aims to secure advanced missile systems that enhance the U.S. military's capabilities in air-to-surface and anti-ship operations. The selected contractor will play a crucial role in the manufacturing and development of these guided missile systems, which are vital for maintaining national defense and operational readiness. Interested parties should direct inquiries to William Vaughn at william.vaughn.10@us.af.mil or Kaylee Yarger at kaylee.yarger@us.af.mil for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Joint Air to Surface Standoff Missile Production and Development Support IDIQ 8
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide production and development support for the Joint Air to Surface Standoff Missile (JASSM) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement aims to enhance the capabilities and production processes associated with guided missile systems, which are critical for maintaining national defense and operational readiness. The work will primarily take place in Orlando, Florida, and interested parties can reach out to Sharelle Bateman at sharelle.bateman.1@us.af.mil or by phone at 850-882-2860 for further details. The presolicitation notice indicates that the contract will be awarded in the near future, although specific funding amounts and deadlines have not been disclosed.
    REQUEST FOR PROPOSAL (RFP) FOR PRODUCTION OF LASER GUIDED BOMBS (LGBs)
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is soliciting proposals for the production of Laser Guided Bombs (LGBs). This procurement aims to enhance the capabilities of the U.S. military by acquiring precision-guided munitions that are critical for modern warfare operations. The selected contractor will be responsible for manufacturing these advanced ordnance items, which play a vital role in ensuring effective and accurate strike capabilities. Interested parties can reach out to Kevin Simone at Kevin.Simone@navy.mil or call 301-757-4424 for further details regarding the solicitation process.
    AMRAAM Obsolescence
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the AMRAAM Obsolescence project, aimed at addressing the obsolescence issues related to the Advanced Medium-Range Air-to-Air Missile (AMRAAM). This procurement focuses on identifying solutions and capabilities that can support the continued operational effectiveness of the AMRAAM system, which is critical for air superiority and defense operations. Interested parties are encouraged to reach out to the primary contact, Jeremy Nable, at jeremy.nable@us.af.mil or by phone at 478-319-9426, or the secondary contact, Ivan Jones, at ivan.jones.2@us.af.mil or 202-445-7870, to discuss their qualifications and capabilities in relation to this opportunity.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under the contract titled "SPRRA225R0002 MLRS SPARES." This procurement is classified as a sole-source requirement to Lockheed Martin and includes stipulations for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors should note that the proposal due date has been extended to April 2, 2025, and must acknowledge the amendments to the solicitation. For further inquiries, potential bidders can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    RATO (Rocket Assisted Take Off) Motor and Initiator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of Rocket Assisted Take-Off (RATO) motors and initiators under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement is critical for the BQM-167A Aerial Target Drone, necessitating comprehensive qualification requirements to ensure reliability and compliance with military standards. Interested contractors must demonstrate their manufacturing capabilities and adhere to stringent testing and documentation processes, with an estimated contract value of up to $48 million. Proposals must be submitted electronically, and interested parties can contact Jesse Whinham at jesse.whinham@us.af.mil or 801-775-3237 for further details.
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    LAUNCHER CONTROL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is seeking proposals for the procurement of launcher control systems. This solicitation aims to acquire components related to guided missile and space vehicle propulsion, which are critical for the effective operation of military launch systems. The goods and services sought are vital for maintaining and enhancing the capabilities of the U.S. Navy's missile systems. Interested vendors can reach out to Genevieve E. Miller at 717-605-6457 or via email at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) Request for Information (RFI)
    Buyer not available
    The Missile Defense Agency (MDA) of the Department of Defense is issuing a Request for Information (RFI) regarding the Long Range Discrimination Radar (LRDR) Persistent Discrimination & Sustainment (PD&S) initiative. This procurement aims to gather insights and capabilities related to the research and development of radar equipment, specifically focusing on persistent discrimination and sustainment technologies critical for missile defense operations. The LRDR is essential for enhancing the United States' defense capabilities against missile threats, and the MDA seeks to engage with industry partners to explore innovative solutions and technologies. Interested parties can reach out to Brandon Smith at brandon.a.smith@mda.mil or LaShonda Fletcher at lashonda.fletcher@mda.mil for further information, with responses to the RFI expected to contribute to future procurement strategies.
    M299 Longbow Hellfire - Sole Source to Lockheed Martin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
    SPRRA224R0088 MLRS SPARES
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.