GQM-163A Aerial Target Operation
ID: N6893625R0005Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTERCHINA LAKE, CA, 93555-6018, USA

NAICS

Engineering Services (541330)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, through the Naval Air Warfare Center, is soliciting proposals for the GQM-163A Aerial Target Operation, focusing on engineering services, travel, materials, and data deliverables. The contract, estimated to require 460,682 man-hours of direct labor, spans from June 1, 2026, to May 31, 2031, with a minimum value of $100,000 and a maximum of approximately $99.2 million. This procurement is critical for supporting aerial target operations, ensuring compliance with various regulations, and facilitating collaboration with associated contractors. Interested offerors must acknowledge the recent amendments to the solicitation, with the latest proposal due date extended to October 28, 2025, and should direct inquiries to Candice Gonzalez at candice.n.gonzalez.civ@us.navy.mil or Katy J. White at katy.j.white.civ@us.navy.mil.

    Files
    Title
    Posted
    This document, identified as Amendment/Modification No. 0003 to Solicitation N6893625R0005, primarily serves to extend the proposal due date. Issued by CDR NAWCWD CODE E250000, the amendment changes the required response date and time from October 14, 2025, at 5:00 PM to October 28, 2025, at 5:00 PM. This modification is crucial for potential offerors, as it provides additional time to submit proposals. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their proposals are considered valid.
    This government document, an Amendment of Solicitation/Modification of Contract (Form 30), primarily serves to update the proposal due date for Solicitation No. N6893625R0005. The amendment, identified as 0004 and effective October 20, 2025, extends the offer receipt deadline. It instructs offerors to acknowledge the amendment via specific methods, such as completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or telegram. Failure to acknowledge receipt by the new deadline may result in the rejection of an offer. The document also provides contact information for the issuing office, CDR NAWCWD CODE E250000.
    This government Request for Proposal (RFP) N6893625R0005, issued by the U.S. Navy, seeks engineering services, travel, materials, and data deliverables, with a total estimated level of effort of 460,682 man-hours of direct labor. The contract spans from June 1, 2026, to May 31, 2031, with a minimum contract value of $100,000 and a maximum of $99,203,150.72. The RFP outlines streamlined ordering procedures for Cost Plus Fixed Fee Term Level of Effort orders, specifying how the contractor will respond to Statements of Work and Independent Government Cost Estimates. Key requirements include compliance with various FAR and DFARS clauses, specific invoicing via Wide Area WorkFlow (WAWF), detailed procedures for direct material cost approvals, and collaboration with an associate contractor, Systems Application & Technologies Inc. Travel and material procurement are subject to strict approval processes and regulations, ensuring cost reasonableness and necessity. Contractor personnel must adhere to identification protocols and obtain necessary IT system access (SAAR).
    This document is Amendment 0003 to Solicitation N6893625R0005, issued by CDR NAWCWD CODE E250000. The primary purpose of this modification is to extend the proposal due date. The original response date/time of October 14, 2025, at 5:00 PM has been changed to October 28, 2025, at 5:00 PM. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each submitted offer, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in rejection of the offer.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from companies capable of supplying turbojet engines for the BQM-34S Subsonic Aerial Target production restart, scheduled for 2030. The Navy requires 100-150 engines that produce a minimum of 2850 lbf continuous Sea Level Static thrust and fit within a specified cylindrical cavity, with development and qualification completed by 2029. The BQM-34S serves as a critical tool for fleet training and testing against modern threats. Interested parties must submit a white paper detailing their proposed engine solutions by 5:00 p.m. EST on December 15, 2025, and direct any inquiries to Kasey Tasciotti or Tamiko C. Blackson via the provided email addresses.
    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.
    1355-01-436-4620-CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of the CWFP CABLE ASSY, ADCAP F/MK48 MODS 6 & 7 TORPEDOES. This contract, designated as a Total Small Business Set-Aside, requires suppliers to manufacture and deliver specific cable assemblies that are critical components for advanced torpedo systems. The successful contractor will need to adhere to stringent quality standards and provide various documentation, including test reports and progress updates, to ensure compliance with military specifications. Interested parties must acknowledge receipt of solicitation amendments and submit their proposals by the extended deadline of December 8, 2025, with inquiries directed to McKenzy Harris at mckenzy.s.harris.civ@us.navy.mil.
    Unmanned Maritime Systems Support (UMSS)
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is soliciting proposals for Unmanned Maritime Systems Support (UMSS) under Request for Proposal (RFP) No. N6600126R0018. The procurement aims to provide comprehensive services including design, fabrication, integration, testing, and maintenance of unmanned maritime systems that support various U.S. Navy missions, such as explosive ordnance disposal and anti-submarine warfare. This contract is crucial for advancing the Navy's capabilities in both current and future maritime operations, with an anticipated award of multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over an eight-year period. Interested firms should note that the RFP response deadline is extended to December 11, 2025, and for inquiries, contact Paige Miller at paige.r.miller5.civ@us.navy.mil or call 619-553-4386.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.
    Request for Information: BQM-34S Engine Repair, Overhaul and Conversion
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), has issued a Request for Information (RFI-N00019-242-25-076) to identify companies capable of repairing, overhauling, and converting General Electric J85-GE-100 and J85-GE-5 turbojet engines for the BQM-34S Subsonic Aerial Target program. The objective is to establish a reliable repair and overhaul capability to maintain a Ready for Issue inventory of these engines by 2026. This initiative is crucial for ensuring the operational readiness of the BQM-34S program, which plays a significant role in military training and testing. Interested parties must submit a white paper detailing their capabilities by 5:00 p.m. EST on December 15, 2025, and can direct inquiries to Kasey Tasciotti or Tamiko C. Blackson via email.
    5995-01-270-6301; CMN; ADCAP TORPEDO, MARK 48
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking proposals for an Indefinite Quantity Contract (IQC) for the supply of the ADCAP Torpedo, Mark 48, specifically the cable assembly with NSN 5995-01-270-6301. This procurement is limited to offers from vendors proposing Supply Ordnance Technology Service, Inc. (0F1X1) and requires compliance with export control regulations, as the technical data involved is subject to the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR). The contract will span five years with a required delivery timeframe of 375 days, and proposals must be submitted to the Bid Custodian following the solicitation release, tentatively scheduled for December 18, 2025. Interested vendors can contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
    FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting market research for potential procurement related to the FY26-30 Standard Missile (SM) Solid Rocket Motor (SRM) requirements. The procurement aims to identify sources capable of manufacturing and assembling Solid Rocket Motors, including Dual Thrust Rocket Motors and Boosters, while ensuring compliance with acceptance testing and quality assurance as outlined in the Government’s Technical Data Package. These components are critical for the operational readiness of the Navy's multi-mission missile systems, which serve various roles including anti-air warfare and missile defense. Interested vendors should submit their responses, including a capability statement and optional white paper, to the designated contacts by January 9, 2026, with all submissions being treated as government property and not returned.
    AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the production and engineering services of Air-to-Ground Missile Systems (AGMS), specifically targeting HELLFIRE and JAGM missiles for fiscal year 2026. The procurement aims to establish a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000, with a primary contract type of Firm Fixed Price and a secondary type of Cost Plus Fixed Fee, detailing specific missile variants and their respective minimum and maximum quantities. This acquisition is crucial for maintaining the operational readiness and effectiveness of U.S. military capabilities in guided missile technology. Interested parties must submit their proposals by January 26, 2026, at 4:00 PM CST, and all communications should be directed in writing to the DLA contracting team, specifically to Anna Phillips at anna.phillips@dla.mil or Mallory Medley.