Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2025 SAM #8686
SPECIAL NOTICE

L -- Notice of Intent to Sole Source- Tomahawk Flight Test Support

Notice Date
9/5/2025 2:20:49 PM
 
Notice Type
Special Notice
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6J1 RCCTO REDSTONE REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W50RAJ25R0009
 
Response Due
9/19/2025 11:00:00 AM
 
Archive Date
10/04/2025
 
Point of Contact
Sydney Horn
 
E-Mail Address
sydney.m.horn.civ@army.mil
(sydney.m.horn.civ@army.mil)
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT AND IS NOT A REQUEST FOR PROPOSALS. The United States Army Rapid Capabilities and Critical Technologies Office (RCCTO) intends to issue a sole source Request for Proposal (RFP) to Lockheed Martin Rotary and Mission Systems (RMS), 199 Borton Landing Rd, Moorestown, NJ 08057, for the award of contract to support Tomahawk launcher and C2 integration, operations, and field support. This notice is published in accordance with Defense Federal Acquisition Regulations (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements, and is a Sources Sought notice only in support of market research. All information received will be used for planning purposes only. This notice does not constitute Invitation for Bids, Request for Proposals, or Request for Quotes. The Government will not reimburse respondents for any cost associated with responses to this notice. U.S. Army RCCTO has a requirement to conduct integration, operations, and field support of a Tomahawk weapon system which requires operating the Tactical Tomahawk Weapons Control System (TTWCS). Additional requirements include verification of the Tomahawk system via existing emulators and simulators to complete system checkouts. Interested sources would need to demonstrate technical capability, corporate knowledge, and experience in providing all technical expertise to integrate, operate, and support operations of the Tomahawk system integrated with TTWCS. Lockhead Martin RMS is the only responsible source capable of providing the engineering and expertise required to conduct a Tomahawk live fire demonstration within ten (10) months from a prototype launch platform for which Lockheed Martain developed key components launcher control units, environmental control units and TTWCS. Lockhead RMS has demonstrated the ability to load the Tomahawk missile into the LRF environmental containers and Lockhead RMS has supported multiple land-based Tomahawk live fire missile OCONUS. Lockhead RMS is the only source with knowledge, experience, and technical expertise to support the BK26 live fire risk reduction demonstration. The Army RCCTO believes Lockheed Martin Corporation is the only responsible source capable of providing this service within the required schedule and budget; competition of this effort is not practicable and will not meet mission fielding requirements. This notice of intent is not a request for competitive proposals and no solicitation document will be posted for this requirement; however, all responsible sources may submit a capability statement demonstrating the ability to provide the requested services, which shall be considered by the agency before the intended award date. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. No requests for capability briefings will be honored. A determination by the Government not to compete this proposed effort based on responses to this notice is solely within the discretion of the Government. Interested vendors must respond to this notice on or before 1300 CST, September 19 2025 to the Contracting POC, Sydney Horn, at sydney.m.horn.civ@army.mil. Interested parties should submit a capabilities statement with a maximum of ten (10) pages. Responses should include the following: Recent (within the last three years) experience operating TTWCS Recent (within the last three years) experience integrating Tomahawk missiles, launchers, and C2 Recent (within the last three years) experience conducting and supporting Tomahawk operations and/or live fire tests The Vendor�s anticipated schedule, risk and assumptions to perform the support. Rough Order of Magnitude (ROM) cost
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b1d4696ef9294a74ae515ac2c9d4af3f/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN07579678-F 20250907/250905230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.