AGMS HELLFIRE and JAGM QTY ADD FOR FY26
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 Defense Logistics Agency (DLA) is issuing a Letter Request for Proposal (RFP) for the procurement of additional Air-to-Ground Missile Systems (AGMS) HELLFIRE (200 E/A) and JAGM (500 E/A) missiles for Fiscal Year 2026. This is a sole-source procurement to Lockheed Martin Corporation (CAGE 04939). The objective is to secure these additional quantities, potentially combining them with an existing RFP (SPRRA225R0097) to achieve economies of scale and higher quantity price breaks. Proposals are due by March 31, 2026, at 4:00 PM CST.
Purpose & Scope
This procurement aims to acquire specific NSNs and variants of HELLFIRE and JAGM missiles, including AGM-114R NON-NATO, AGM-114R-2 NATO, TGM M36E-9, HELLFIRE Container, JAGM AGM-179A, JAGM G/S (179A), JAGM Trainer CATM179A (Army), JAGM Trainer CATM179A (Navy), and JAGM Container. The Statement of Work and all attachments from RFP SPRRA225R0097 are applicable to this effort. This RFP is not an authorization to commence work.
Contract Details
The contract type is Firm-Fixed Price, with the potential to include cost-plus fixed fee and FFP CLINS. Pricing is specifically required for FY26 only.
Set-Aside
This is a sole-source procurement to Lockheed Martin Corporation, a Large Business. No specific set-aside designation applies.
Submission & Evaluation
- Offerors must indicate their intention to provide a responsive proposal in writing within five (5) business days of the RFP release.
- Proposals must be submitted by March 31, 2026, at 4:00 PM CST.
- Proposals must be certified to the MAX quantities.
- A summary schedule with fully supportable cost data, including working Excel formulas, is required in accordance with FAR 15.408, Table 15-2.
- Back-up documentation detailing labor categories, labor hours, material/equipment costs, and total cost breakdown is mandatory.
- An un-sanitized cost break-down in a Microsoft Excel File is required.
- Documentation for indirect expense rates (e.g., FPRAs, FPRRs) must be provided.
- Offerors must identify and address any actual or potential Organizational Conflicts of Interests (OCIs).
- JCP Certification is required for Export Controlled Items due to technical data export restrictions.
- A Proposal Adequacy Checklist must be completed for offers exceeding the TINA threshold.
- All communications must be submitted in writing directly to the contracting team.
Contact Information
For inquiries, contact Mallory Medley (mallory.medley@dla.mil) or Anna Phillips (anna.phillips@dla.mil).