Air to Air Dual Mode

SOL #: A2ADualModeJustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8681 AFLCMC EBD
EGLIN AFB, FL, 32542-6883, United States

Place of Performance

Hudson, NH

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026

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 Department of the Air Force (AFLCMC EBD) has published a Justification and Approval (J&A) for Other Than Full and Open Competition to acquire Air-to-Air Dual Mode Counter Unmanned Aerial Systems (C-UAS) weapon system components. This action supports a Joint Urgent Operational Need (JUON) to upgrade the Advanced Precision Kill Weapon System (APKWS) AGR-20F rocket (FALCO) for countering Group 3 UAS threats. The estimated contract value is $145,000,000, with BAE Systems identified as the sole-source awardee.

Scope of Work

The effort involves the development and manufacturing of a Long Wave Infrared (LWIR) seeker, a mid-body warhead with a dual safe proximity fuze, and modified guidance sections. Key deliverables include:

  • Production of 300 prototype All Up Rounds (AUR).
  • Maturing the design of the LWIR seeker, warhead, and fuze to Technology Readiness Level (TRL) 7.
  • Providing technical evaluation and analysis support for qualification, testing, and integration to achieve fielding certification.

Contract Details

  • Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Estimated Cost: $145,000,000
  • Ordering Window: 60 months
  • Period of Performance: Begins with a 24-month development and integration phase for a partial solution, followed by additional ordering capacity.
  • Awardee: BAE Systems (sole source)
  • Anticipated Order Types: Cost Plus Fixed-Fee (CPFF), Cost Reimbursable (CR), and Firm-Fixed Priced (FFP).
  • Set-Aside: Not applicable (sole-source justification).

Justification & Evaluation

This document is a Justification and Approval for Other Than Full and Open Competition, citing 10 USC 3204(a)(1) and FAR 6.302-1(a)(2)(ii) due to only one responsible source. Market research, including an RFI, indicated BAE Systems as the only vendor capable of meeting the technical maturity, timeline, and integration requirements without unacceptable delays.

Additional Notes

The acquisition is driven by JUON CC-0588. The government intends to maximize data rights for complete technical data packages to facilitate future full and open competition. The estimated cost breakdown includes $62M for component development, $56M for testing/qualifications, and $27M for technical risk and USN qualification efforts.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Feb 12, 2026
Air to Air Dual Mode | GovScope