GAU-24 Sources Sought

SOL #: N00019-26-RFPREQ-WPM242-0096Sources Sought

Overview

Buyer

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

Place of Performance

St James, MD

NAICS

Small Arms (332994)

PSC

Guns, Through 30 Mm (1005)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 13, 2026
2
Last Updated
Feb 11, 2026
3
Response Deadline
Feb 14, 2026, 4:59 AM

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), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), is conducting market research to identify potential sources capable of manufacturing the GAU-24/A 7.62MM Aircraft Machine Gun. This weapon is intended to serve as the common replacement for all M134-based weapons currently used across the Department of Defense. Capability statements are due February 13, 2026.

Scope of Work

The selected contractor will manufacture the GAU-24/A in accordance with a Government-owned Technical Data Package (TDP). Key requirements include:

  • Manufacturing: Production must meet a Manufacturing Readiness Level (MRL) of 8.
  • Components: The system includes the gun and the feeder/delinker. While FN America is the approved source for barrels, the contractor must produce or source all other components, including the titanium rotor.
  • Quality & Testing: Adherence to strict military specifications and quality control. Requirements include high-pressure "proof tests," magnetic particle inspection for barrels, and Computed Tomography (CT) for the titanium rotor.
  • Delivery: Initial delivery of five (5) units to NSWC Crane, Indiana, within 12 months of award for Government acceptance testing. Facilities must support a minimum of ten (10) additional units per year.

Contract & Timeline

  • Type: Sources Sought / Market Research
  • Anticipated Period of Performance: FY27 start, lasting 36–60 months.
  • Set-Aside: None specified (Open to both large and small businesses).
  • Response Due: February 13, 2026 (per Q&A clarification).
  • NAICS Code: 332994 (Small Arms, Ordnance, and Accessories Manufacturing).

Evaluation

Responses will be used to determine the appropriate acquisition strategy and competition pathway. Capability statements (max 10 pages) must address technical experience with TDPs, manufacturing facilities, cybersecurity (DFARS 252.204-7012), and include a Rough Order of Magnitude (ROM) cost estimate for five units.

Additional Notes

The TDP is subject to export control regulations and will be provided upon request to certified vendors. The Government intends to award to a vendor capable of producing the entire system rather than individual components.

People

Points of Contact

Brittoney GreenPRIMARY
Lisa MaplesSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Sources Sought
Posted: Feb 11, 2026
View
Version 2Viewing
Sources Sought
Posted: Feb 4, 2026
Version 1
Sources Sought
Posted: Jan 13, 2026
View