Loading...
N6893626R0511
Response Deadline
May 1, 2026, 12:00 AM(PDT)15 days
Eligibility
Contract Type
Presolicitation
The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake intends to award a sole source contract to Raytheon, Inc. for engineering services in support of Test and Evaluation (T&E) and systems engineering activities related to Aegis Ballistic Missile Defense (BMD) and Theater High Altitude Area Defense (THAAD) programs at Pacific Missile Range Facility (PMRF). This requirement is for engineering services to be provided in support of Test and Evaluation (T&E) and systems engineering activities primarily related to Aegis-Based Defense, formerly Aegis Ballistic Missile Defense (BMD) and Sea-Based Weapon Systems. Engineering service are provided to other entities, including (but not limited to) Program Executive Office Integrated Warfare Systems (PEO IWS), various Hypersonic programs, and Allied Foreign Military Sales (FMS) partners. Aegis-Based Defense is one weapon system in the layered defense provided for the United States and its deployed forces, friends and allies against ballistic missiles of all ranges in all phases of flight. This defense is provided through an integrated Ballistic Missile Defense System (BMDS), developed by the Missile Defense Agency (MDA). The MDA / Aegis-Based Defense program requires high fidelity pre-mission planning, real-time mission conduct and execution support, post-mission data analysis, and reporting of test results of high-profile flight test events. Support shall be provided to various flight test events and systems engineering activities. This includes mission planning, test planning, generating test procedures, real-time mission conduct, data collection, real-time range safety mission support, mission data analyses and reporting, operations research support, and technical management support.
Per FAR 6.103-1, “Only one responsible source and no other supplies or services will satisfy agency requirements.” This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response to be received by the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N6893626R5011 and provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. No telephone responses will be accepted. Any submissions or questions shall be submitted via email to Adam Rockwell at adam.r.rockwell.civ@us.navy.mil
The solicitation or Request for Proposal (RFP) will be posted in Contract Opportunities on the SAM website at https://sam.gov/ on or about 05/15/2026.
Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.
A Cyber Maturity Model Certification (CMMC) Level 3 (DIBCAC) is anticipated for this requirement. If you disagree with the anticipated CMMC Level, please provide a rationale, and the recommended CMMC Level.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVAIR
NAVAIR NAWC WD
NAVAL AIR WARFARE CENTER
NAVAL AIR WARFARE CENTER
WEAPONS CT 25400E D
429 E BOWEN RD STOP 4015
CHINA LAKE, CA, 93555-6018
NAICS
Engineering Services
PSC
NATIONAL DEFENSE R&D SERVICES; DEFENSE-RELATED ACTIVITIES; EXPERIMENTAL DEVELOPMENT