Aegis Ballistic Missile Defense
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Warfare Center Weapons Division (NAWCWD) China Lake intends to award a sole source contract to Raytheon, Inc. for engineering services supporting Aegis Ballistic Missile Defense (BMD) and Theater High Altitude Area Defense (THAAD) programs at the Pacific Missile Range Facility (PMRF). This notice is an intent to award, but other firms may submit capability statements by May 1, 2026.
Scope of Work
This requirement is for engineering services related to Test and Evaluation (T&E) and systems engineering activities for Aegis-Based Defense (formerly Aegis BMD) and Sea-Based Weapon Systems. Services also extend to Program Executive Office Integrated Warfare Systems (PEO IWS), various Hypersonic programs, and Allied Foreign Military Sales (FMS) partners. Support includes high-fidelity pre-mission planning, real-time mission conduct and execution, post-mission data analysis, and reporting for high-profile flight test events. Specific tasks involve mission planning, test planning, generating test procedures, real-time range safety support, data collection, operations research, and technical management support.
Contract & Timeline
- Type: Presolicitation (Intent to Sole Source)
- Set-Aside: None (Sole Source)
- Response Due: May 1, 2026
- Published: April 15, 2026
- RFP Posting: On or about May 15, 2026, on SAM.gov
Submission Requirements
This is not a request for competitive proposals. However, firms believing they can fulfill the requirement may submit a written response referencing solicitation number N6893626R5011. The response must include a capability statement detailing experience, assets, background, and ability to perform the work without compromising quality, accuracy, reliability, and schedule.
Additional Notes
A Cyber Maturity Model Certification (CMMC) Level 3 (DIBCAC) is anticipated. Interested firms must be registered in the System for Award Management (SAM) database. Submissions and questions should be emailed to Adam Rockwell at adam.r.rockwell.civ@us.navy.mil.