Full Rate Production (FRP) 22-24 Tomahawk Block V and Va All-Up-Round (AUR) Missiles
ID: N00019-24-RFPREQ-WPM280-0020Type: Combined Synopsis/Solicitation
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

GUIDED MISSILES (1410)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate and award a contract for the Full Rate Production (FRP) of the 22-24 Tomahawk Block V and Va All-Up-Round (AUR) missiles. This procurement includes the production of Canistered Surface Ship Vertical Launch Tomahawk missiles, which feature modernized navigation and communications upgrades, as well as additional services such as software support, spares, and test missile preparation. The Tomahawk missiles are critical for naval operations, and Raytheon is the sole source capable of fulfilling this requirement due to its exclusive possession of the necessary technical data and manufacturing documentation. The contract award is anticipated for March 2026, and interested parties can reach out to Shannon Pico or Jacob Leitch for further information at their respective email addresses.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Joint Standoff Weapon (JSOW) FY25 Mission Planning
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is planning to issue a sole source Delivery Order to Raytheon Company for sustainment and integration support related to the Common Unique Planning Component Weapon Planning Environment software. This procurement is critical as Raytheon is the sole designer and manufacturer of the Joint Standoff Weapon (JSOW), possessing the unique knowledge and technical data necessary to fulfill the requirements. Interested parties may express their interest and capabilities, although the Government retains discretion over whether to pursue competitive proposals. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at jennifer.c.vance2.civ@us.navy.mil, with no commitment from the Government to issue solicitations or awards at this stage.
    Multiple NSNs & PNs in support of the Patriot Weapons System
    Active
    Dept Of Defense
    The U.S. Defense Logistics Agency (DLA) is sole-sourcing a federal contract to Raytheon Company, the original equipment manufacturer (OEM), for critical components in support of the Patriot Missile System. The contract aims to add seven new National Stock Numbers (NSNs) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract. The scope of work for Raytheon involves supplying the DLA with the specified electronic components and assemblies, including crystal oscillators, circuit card assemblies, and receiver-transmitter subassemblies. These components are crucial for military communications and electronics systems. Raytheon must ensure strict adherence to quality standards and pricing requirements as outlined in the Enclosure 1 document. The DLA seeks to extend and expand its current Alpha V Contract with Raytheon, which is set to expire in September 2025, in order to meet ongoing and future demands for these essential parts. The file titled "Enclosure 1 Identification of Requirements (IOR).xlsx" provides a comprehensive list of NSNs, National Item Identification Numbers (NIIN), and part numbers, along with corresponding descriptions and quantity specifications. The selection criteria for awarding the contract appear to center around pricing and the ability to meet the required quantities, with the government prioritizing stable supply chain management. The contract is expected to cover procurements targeted for 2024 and 2025. Any questions regarding this opportunity should be directed to Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    Joint Standoff Weapon (JSOW) Modification of N0001924F0164 FY24 Repair of Repairables
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to modify the Repair of Repairables (RoR) Delivery Order N0001924F0164 under Basic Ordering Agreement N00019-20-G-0007, specifically for the Joint Standoff Weapon (JSOW) program, with Raytheon Company located in Tucson, Arizona. This modification aims to procure essential services to support U.S. Navy RoR activities, as Raytheon is the sole designer, developer, and manufacturer of the JSOW, possessing the unique capabilities and technical data required for this procurement. The Government is pursuing this acquisition on a sole source basis, emphasizing the critical nature of the services provided by Raytheon, and interested parties may express their interest and capabilities, although no competitive proposals will be accepted. For further inquiries, interested parties can contact Elizabeth Scott at elizabeth.a.scott84.civ@us.navy.mil or Jennifer Vance at Jennifer.c.vance2.civ@us.navy.mil.
    MK 41 VLS Electronics Depot and Design Agent (FY25-FY29) Request for Information (RFI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking sources for the MK 41 Vertical Launching System (VLS) Mechanical Design Agent, Electronic Design Agent, and Electronic Depot Operations requirements as part of a Request for Information (RFI) for fiscal years 2025 to 2029. The procurement aims to gather industry feedback on a draft Request for Proposal (RFP) that will be divided into three parts, allowing contractors to bid on one, two, or all three components, with an emphasis on the need for classified facilities for certain design agent requirements. Interested parties must be authorized contractors with an approved DD Form 2345 and are encouraged to submit their comments and company profiles via email to the designated contacts, Matthew Hubbard and David Chamberlain, by the specified deadlines. This RFI serves as a planning tool and does not constitute a commitment to procure, with all submissions treated as market research and not returned.
    LRASM MOFP Update
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a modification to an existing contract with Lockheed Martin Corporation-Missiles Fire Control for the integration of a new RF subsystem software into the LRASM Missile Operational Flight Program (MOFP). This procurement is critical for the timely and cost-effective enhancement of the LRASM missile capabilities, as Lockheed Martin is the sole designer and integrator with the necessary expertise and technical data. Interested parties may express their interest and capabilities, although the Government reserves the right to proceed without competition based on the unique qualifications of Lockheed Martin. For further inquiries, interested vendors can contact Amber Wroble or Jessica A. Blackwell via their provided emails.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    5" Projectile Body
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is conducting market research for the procurement of a 5-inch Projectile Body. The primary objective is to identify sources capable of supplying a projectile body that is compatible with the U.S. Navy's MK 45 Gun Weapon System, with a production requirement of 30,000 units within the first year of contract award. This procurement is critical for enhancing the operational capabilities of naval weapon systems. Interested vendors must submit their responses, including company capabilities and delivery timelines, by August 5, 2024, to both Gerardo Ilaria and Anthony Gellene at the NSWC IHD, with their respective email addresses provided for correspondence.
    V-22 Advanced Multifunction Displays Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to procure Advanced Multifunction Displays (AMFDs) and Wiring Harnesses for the V-22 Aircraft, specifically for Fiscal Year 2024 - 2026 kit requirements. This procurement will be conducted on a sole source basis with Mercury Mission Systems LLC, as they are the only responsible source capable of fulfilling the Government's requirements without incurring substantial duplication of costs. The contract action is critical for maintaining the operational capabilities of the V-22 Aircraft, which plays a vital role in various military operations. Interested parties may submit capability statements within fifteen days of this notice, and for subcontracting opportunities, they can contact Mr. Thomas J. Lansing at Thomas.Lansing@MRCY.com or 317-605-9329.
    MK 255 MOD 1 AA17 5.56MM RRLP CARTRIDGE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is soliciting proposals for the procurement of MK 255 MOD 1 AA17 5.56MM Reduced Ricochet Limited Penetration (RRLP) cartridges. This procurement aims to support the mission requirements of the Naval Special Warfare Command (WARCOM) and the United States Special Operations Command (USSOCOM), with an anticipated contract value of approximately $28 million. The contract will be a five-year, Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) supply contract, requiring delivery of 750 boxes of cartridges within 180 days after order receipt, followed by 1,000 boxes every 60 days thereafter. Interested parties must submit proposals by October 14, 2024, at 2:00 PM EDT, and can direct inquiries to Devin Wilson at devin.m.wilson15.civ@us.navy.mil or by phone at 812-227-0679.
    MK-41 Vertical Launch System (VLS) Repair and Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is seeking sources for the repair and refurbishment of MK-41 Vertical Launch Systems (VLS) on U.S. Navy and military vessels, both within the continental U.S. (CONUS) and outside (OCONUS). Contractors must provide management and technical support, including identifying repair needs, conducting inspections, and ensuring compliance with quality assurance and environmental regulations, with a performance period of one base year and four option years commencing around June 14, 2025. This initiative is critical for maintaining the operational readiness of naval defense systems, and interested small businesses are encouraged to submit a capabilities statement by 5:00 PM EST on October 14, 2024, to the designated contacts, Cindy T. Sampson and Elizabeth Marston, via email.