Missile Systems - Recertification Fuze Procurement
ID: N00019-25-RFPREQ-WPM280-0159Type: 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

GUIDED MISSILE COMPONENTS (1420)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 AM UTC
Description

The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to negotiate and award a Firm Fixed Price Delivery Order to Raytheon Missiles & Defense for the procurement of new fuzes necessary for the recertification of the Tomahawk Missile System. This procurement is driven by service life limits that necessitate the replacement of fuzes during missile recertification, highlighting the critical nature of maintaining operational readiness for this key defense asset. Raytheon is the sole manufacturer of the Tomahawk Missile System and possesses the unique expertise and technical data required for this effort, making this a sole-source procurement under the authority of FAR 6.302. Interested parties may submit capability statements to Zacerry Herbert at zacerry.g.herbert.civ@us.navy.mil, although this notice is not a request for competitive proposals.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Joint Multiple Effects Warhead System (JMEWS) Transition to Production (TTP)
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a modification to Contract N00019-19-C-0004 for the Transition to Production (TTP) of the Joint Multi Effects Warhead System (JMEWS). This procurement aims to address critical requirements related to test readiness, design, integration, testing, evaluation, and hardware production, supporting the continued development and production readiness of JMEWS for integration into Tactical Tomahawk (TACTOM) systems. Raytheon Company, the sole developer and manufacturer of the Tomahawk missile, is the only source capable of fulfilling these requirements due to its exclusive possession of the necessary technical data and manufacturing documentation. Interested parties may submit capability statements to Shondra Stoner at shondra.l.stoner.civ@us.navy.mil, with the anticipated period of performance being 18 months from contract award.
FMS - Multiple Countries; Sole Sourced to Raytheon
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure specific part numbers (P/Ns) to support the Patriot Missile System, with the procurement being sole-sourced to Raytheon. The acquisition involves pricing various electronic assemblies, including high-power traveling wave tubes and circuit card assemblies, which are critical for advanced defense and communication applications. This procurement is part of a new indefinite delivery requirements contract aimed at supporting the modernization efforts of the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties must direct their requests for solicitation to Kelsey Brown via email at kelsey.e.brown@dla.mil, and note that the closing date for submissions is estimated and may be adjusted based on the solicitation release date.
Avenger Air Defense System – SOLE SOURCE RAYTHEON
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting a sole source contract for the Avenger Air Defense System, specifically targeting Raytheon Company. The procurement aims to add a National Stock Number (NSN) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017, which will support the operational capabilities of the Avenger Air Defense System. This initiative is critical for maintaining military readiness and ensuring the availability of essential defense equipment, with compliance requirements including approved FAT waivers and serial number tracking. Interested parties should direct their inquiries to David Bennett at david.b.bennett@dla.mil, as no telephone requests will be accepted, and the contract is expected to be priced based on specified quantity ranges.
AMRAAM Obsolescence
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Firm-Fixed Price contract for obsolescence support related to the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for providing various services, including obsolescence infrastructure support, material procurement, non-recurring engineering efforts, and test equipment modernization. This contract is crucial for maintaining the operational readiness and technological advancement of AMRAAM missiles. The anticipated contract will be a sole source award to Raytheon Company, with a solicitation expected to be released on May 1, 2025, and responses due within 90 days of issuance. Interested parties can reach out to the primary contact, Jeremy Nable, at jeremy.nable@us.af.mil or by phone at 478-319-9426 for further information.
Quadrant Target Detection Device (QTDD)/Datalink Electronics (DLE)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Cost-Plus Fixed Fee contract for the Quadrant Target Detection Device (QTDD) and Datalink Electronics (DLE) in support of the Advanced Medium Range Air to Air Missile (AMRAAM) program. The contractor will be responsible for producing designs for the QTDD and DLE, a Processor Upgrade for Mission Alliance (PUMA), providing program management support, and delivering production representative hardware units, along with travel support for AMRAAM missiles. This procurement is critical for enhancing missile capabilities and is expected to be awarded as a sole source contract to Raytheon Company, with a contract duration of 52 months, including one basic period and three option periods. Interested parties may submit capability statements for consideration, and the solicitation is anticipated to be released on May 1, 2025, with responses due within 90 days of issuance. For further inquiries, potential offerors can contact Ivan Jones at ivan.jones.2@us.af.mil or Jeremy Nable at jeremy.nable@us.af.mil.
13--ROTOR TORPEDO
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking small business concerns to provide 66 units of rotor torpedoes under a presolicitation notice. The procurement involves the delivery of torpedoes and components, with the government holding rights to the technical data and a complete data package, indicating no restrictions on engineering or manufacturing. This acquisition is significant as it supports naval operations and is set aside entirely for small businesses, with specific clauses for various small business categories to be included in the solicitation. Interested parties should contact Rachel E. Kern at (717) 605-7296 or via email at RACHEL.E.KERN4.CIV@US.NAVY.MIL for further details and to express their interest within 15 days of this notice.
Qatar Emiri Air Force (QEAF) Joint Standoff Weapon (JSOW) AGM-154C Initial Integrated Logistics Support (ILS) and training
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole-source contract with Raytheon Missile & Defense for the provision of Initial Integrated Logistics Support (ILS) and training for the Qatar Emiri Air Force's Joint Standoff Weapon (JSOW) AGM-154C. This procurement is critical as Raytheon is the sole designer and manufacturer of the JSOW system, possessing the unique technical expertise and resources necessary to fulfill the requirements. Interested parties may submit capability statements to express their interest, although the government has no obligation to solicit further proposals or awards. For inquiries, contact John Barr at john.m.barr1.civ@us.navy.mil or Lauren M. Ivancik at lauren.ivancik@navy.mil.
Harpoon/SLAM-ER Spares
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a Firm Fixed Price modification for the procurement of spare parts for the Harpoon Missile System, with the contract expected to be awarded to The Boeing Company. This procurement is critical as Boeing is the sole designer and manufacturer of the Harpoon Weapon System, possessing the unique technical data and expertise necessary to fulfill the government's requirements. The anticipated award is scheduled for the third quarter of fiscal year 2025, and interested small businesses may explore subcontracting opportunities by contacting Boeing's Chasity Strickland, while capability statements should also be sent to NAVAIR's Joanna Roland at joanna.m.roland.civ@us.navy.mil.
Harpoon/SLAM-ER Depot Repairs
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a Firm Fixed Price modification for the recertification and repair of Harpoon and Standoff Land Attack Missile Expanded Response (SLAM-ER) sections and components, with the contract anticipated to be awarded in the third quarter of fiscal year 2025. This procurement is intended to ensure the continued operational readiness and reliability of critical missile systems, which are vital for precision strike capabilities. The Boeing Company, as the sole designer and manufacturer of the Harpoon Weapon System, is the only source capable of fulfilling this requirement due to its exclusive technical data and expertise. Interested parties may contact Joanna Roland at joanna.m.roland.civ@us.navy.mil for further information, and small businesses are encouraged to explore subcontracting opportunities with Boeing by reaching out to Chasity Strickland at Chasity.L.Strickland@boeing.com.
Propeller FA and Production Units
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the manufacture of MK54 torpedo propellers, specifically Forward (FWD) and Aft (AFT) units, made from machined 6061-T6 aluminum. The procurement requires contractors to produce, test, inspect, and deliver these components in accordance with detailed specifications, including conducting First Article Tests and providing certification and traceability reports. This initiative is crucial for maintaining the operational readiness of the MK54 torpedo system, reflecting the Navy's commitment to efficiency and safety in defense contracting. Interested parties must submit their quotes by April 30, 2025, and can contact Teresa Michael at teresa.m.michael2.civ@us.navy.mil for further information.