AMD 0001 AGMS Production FY26, Sole Source to Lockheed Martin
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) Aviation at Huntsville, AL has issued a Letter Request for Proposal (RFP) for Air-to-Ground Missile Systems (AGMS) Production and Engineering Services for Fiscal Year 2026. This is a sole-source procurement to Lockheed Martin Corporation, intended to result in a new subsumable contract under the existing Umbrella Contract SPE4AX22D9000. The primary contract type will be Firm Fixed Price, with secondary Cost Plus Fixed Fee CLINs. Proposals are due by January 26, 2026.
Scope of Work
This opportunity covers the production and engineering services for various AGMS missile variants and associated components. Key deliverables include specific quantities (minimum and maximum, as corrected by Amendment 0001) for:
- AGM-114R NON-NATO (2500-4000 units)
- AGM-114R-2 NATO (2500-4000 units)
- TGM M36E-9 (1-5 units)
- HELLFIRE Container (PMI) (2500-4000 units)
- JAGM AGM-179A (800-1200 units)
- JAGM G/S (179A) (1-5 units)
- JAGM Trainer CATM179A (Army) (1-30 units)
- JAGM Trainer CATM179A (Navy) (1-30 units)
- JAGM Container (800-1200 units) The place of performance is Orlando, FL.
Contract & Timeline
- Type: Solicitation (Letter RFP)
- Contract Vehicle: New subsumable contract under Umbrella Contract SPE4AX22D9000
- Contract Type: Primarily Firm Fixed Price (FFP), with Cost Plus Fixed Fee (CPFF) CLINs
- Set-Aside: Not applicable (Sole Source to Large Business)
- Published Date: November 6, 2025 (Amendment 0001)
- Proposal Due: January 26, 2026, 4:00 PM CST
Submission Requirements
Proposals must be certified to the maximum quantities, as updated by Amendment 0001. Offerors must provide fully supportable cost data, including working Excel formulas, in accordance with FAR 15.408, Table 15-2. This includes cost/price supporting documentation for proposed subcontractors, an un-sanitized cost break-down in Excel, and documentation for Indirect Expense Rates. Offerors must price FY26 only. Identification of Organizational Conflicts of Interest (OCIs) and a mitigation plan, if necessary, are required. Technical data export restrictions apply, necessitating JCP Certification for Export Controlled Items. A Proposal Adequacy Checklist (DFARS 252.215-7009) is required for offers over the TINA threshold, and ProPricer system generated Excel files are requested for pricing details.
Additional Notes
All communications must be submitted in writing directly to the contracting team. This RFP is not an authorization to start work.