Advanced Emission Suppression Missile (AESM) – Enhanced Capabilities

SOL #: N00019-26-RFPREQ-WPM242-0141Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

Place of performance not available

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

Guided Missiles (1410)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Response Deadline
Mar 18, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Air Systems Command (NAVAIR), specifically the Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), is conducting a Sources Sought for an Advanced Emission Suppression Missile (AESM) with enhanced capabilities. This market research aims to identify potential sources for an advanced, anti-radiation guided missile weapon system, or key subsystems, offering a longer range than current Navy inventory. The system must be compatible with existing platforms like the F-18 and F-35. Responses are due by March 18, 2026.

Scope of Work

NAVAIR seeks to enhance capabilities to suppress and neutralize enemy air defenses. The weapon system (or subsystems) must provide similar or improved capabilities, focusing on:

  • Extended Range: Engage targets at significant standoff distances.
  • Targeting: Advanced anti-radiation seeker with broad frequency coverage, ability to target modern radars, precision navigation (GPS/INS with anti-jam), potential for pre-emptive targeting, and air-to-air/air-to-ground engagement.
  • Electronic Counter-Countermeasures (ECCM): Robust capabilities against chaff, flares, jamming, and anti-ARM techniques.
  • Lethality: High probability of kill against various radar targets.
  • Architecture: Weapons Open System Architecture.
  • Platform Integration: Compatibility with F/A-18E/F, EA-18G, F-35 (requiring size, weight, CG details), Universal Armament Interface (UAI) connectivity, open architecture, and MIL-STD-1760 compliance.
  • Reliability & Maintainability: High operational availability, minimal maintenance, and a storage reliability of >= 0.9 after 15 years.
  • Logistics Support: Comprehensive package including training, manuals, spares, technical assistance, and PHTS solutions.
  • Cybersecurity: Compliance with NIST 800-53 Revision 5 and Cybersecurity Maturation Model Certification (CMMC).
  • Navigation: Inertial navigation plus M-Code GPS with anti-jam, and alternative navigation source.
  • Security: Ability to obtain SECRET Facility Clearance (FCL) and personnel clearances (PCL), NISPOM compliance, and program protection principles for Critical Program Information (CPI).
  • Exportability: Detail current exportable configuration or requirements.
  • Technology Readiness Level (TRL): 7 or higher.

Production demand is estimated at up to 300 All Up Rounds (AURs) per year, with a fieldable weapon ready within a 2-year timeframe.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • NAICS: 336414
  • PSC: 1410 (Guided Missiles)
  • Set-Aside: None specified; businesses of all sizes are encouraged to respond.
  • Response Due: March 18, 2026, 05:00 PM EST
  • Published: February 18, 2026

Submission Requirements

Interested parties must submit a Capability Statement package (max 10 pages, 8.5x11, 1-inch margins, single-spaced, Times New Roman 12pt font) electronically to lisa.m.maples.civ@us.navy.mil and hayley.m.graham.civ@us.navy.mil. The statement must include:

  • Notice number, company details (name, address, CAGE, POCs, employees, revenue, DUNS, business size).
  • Prior/current corporate experience (last 3 years) of similar size/scope, including contract details and description.
  • Ability to manage tasks, begin performance without additional negotiations, and for small businesses, ability to perform at least 50% of tasking.

Classified Appendices: UNCLASSIFIED responses are preferred. Classified appendices (up to SECRET U.S. ONLY) are permitted via SIPR (Valerie.Amadio5@navy.smil.mil) or physical copies to the specified address. Inquiries for higher classification submissions should be directed to Matthew Jones at 301-757-8608.

Additional Notes

This is for informational purposes only and does not constitute a solicitation or commitment to award a contract. The Government will not pay for information received. Commercial firms under contract to the Government may serve as technical reviewers, subject to NDAs. All responses must be marked "Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only." No phone calls will be accepted; all questions must be submitted via email.

People

Points of Contact

Hayley M. GrahamPRIMARY
Lisa MaplesSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Feb 18, 2026
Advanced Emission Suppression Missile (AESM) – Enhanced Capabilities | GovScope