STORM AIM-9X MAP Development via Basic Ordering Agreement N00019-25-G-0009
ID: N00019-25-RFPREQ-WPM281-0212Type: Presolicitation
Overview

Buyer

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

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to enter into sole source negotiations with Raytheon Company for the development of a Fleet Releasable AIM-9X Munitions Application Program (MAP) under Basic Ordering Agreement N00019-25-G-0009. This procurement aims to provide comprehensive support for the AIM-9X Missile Program, including engineering, systems engineering, prototyping, and logistics, addressing critical needs such as obsolescence and cost reduction initiatives. The contract is pursued on a sole source basis due to Raytheon's unique capabilities, and interested parties may express their interest by contacting Shannon Pico at shannon.l.pico.civ@us.navy.mil. There is no commitment from the Government to issue a solicitation or award a contract at this time.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    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.
    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.
    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.
    Patriot Spares - Multiple NSN
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a sole-source Letter Request for Proposal (RFP) SPRRA2-26-R-0027 to Raytheon Company for the addition of two National Stock Numbers (NSNs) to an existing subsumable contract. This procurement is critical for supporting the Patriot Missile and other defense systems, emphasizing the necessity for specific parts that only Raytheon can provide under the terms of the contract. Interested parties must note that Raytheon is required to indicate their intention to submit a proposal within five business days and submit their full proposal by March 10, 2026, at 5:00 P.M. CST, adhering to the established terms and conditions of the Umbrella Contract. For further inquiries, the designated contacts include LeeAnn Darling at LeeAnn.Darling@dla.mil and Siyeicea S Jackson at SIYEICEA.JACKSON@DLA.MIL.
    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.
    24K Environmental Control Unit (ECU) Sole Source to Raytheon
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the 24K Environmental Control Unit (ECU) exclusively from Raytheon for use in support of the Patriot Missile System. This procurement is being conducted under a sole source justification due to the limited number of responsible sources available, as the necessary data for competitive bidding is not accessible. The ECU is critical for the Integrated Fires Mission Command Project, and interested firms must meet prequalification requirements to be eligible for future solicitations. For inquiries, potential offerors should contact Kimberly S. Thomas at kimberly.thomas@dla.mil or Anna Phillips at anna.phillips@dla.mil, with responses due within 15 days from the presolicitation notice.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Dept Of Defense
    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.
    N0016423GJN16-JO07 –JO PIID N00164-26-RFPREQ-CR-JXN-0036 –SOLE SOURCE—30MM MK44 GUNS IN VARYING CONFIGURATIONS, ASSOCIATED SPARE PARTS, AND SPECIAL TOOLING, – PSC – 1005 – NAICS 332994
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to procure 30mm MK 44 chain-fed guns in various configurations, along with associated spare parts and special tooling. This procurement is critical for maintaining the operational capabilities of naval forces, as these guns are essential components of naval weapon systems. The anticipated award amount for this sole source contract to Northrop Grumman Systems Corporation is approximately $40 million, with an expected award date around January 28, 2027, and a performance period of roughly one year. Interested parties may submit capability statements to Mr. Derek Perry at derek.s.perry2.civ@us.navy.mil, referencing announcement number N0016423GJN16-JO07 in all communications.