Hypersonic Air-Launched Offensive Anti-Surface Warfare (OASuW) (HALO) Weapon System

SOL #: N00019-23-R-0142Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

Guided Missiles (1410)

Set Aside

No set aside specified

Timeline

1
Posted
Jul 10, 2023
2
Last Updated
Sep 25, 2023
3
Response Deadline
Sep 20, 2023, 8:00 PM

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.

The Naval Air Systems (NAVAIR) Command, Precision Strike Weapons Program Office (PMA-201), intends to conduct a full and open competition for Engineering and Manufacturing Development (EMD) phase for the Hypersonic Air-Launched Offensive Anti-Surface Warfare (OASuW) (HALO) weapon system program.

NAVAIR plans to release a Draft Request for Proposal (RFP) for industry review and comment in the first quarter of FY24 with the Final RFP anticipated to be released during the second quarter of FY24.  Only those vendors that are determined to be eligible based on the information provided addressing the eligibility requirements defined below may receive the Draft RFP and ultimately the Final RFP when released.  These requirements are subject to change and the information provided below is for informational purposes only. 

HALO is a carrier-suitable, long-range, high-speed, anti-surface weapon system. The objective of this EMD effort is to incrementally design, develop, and test this weapon system in accordance with performance requirements to support deployment.  The HALO System shall be fielded no later than FY29 to meet Early Operational Capability (EOC) requirements and no later than FY31 to meet Initial Operational Capability (IOC) requirements.

EMD Tasking includes design and development of the HALO All-Up-Round (AUR) (including associated sub-system and/or system analysis and test), Systems Engineering (including open architecture, digital engineering, requirements verification, system safety, and design reviews), Program Management, System Security (including maintaining required security infrastructure), Product Support, and Test and Evaluation (through Operational Test (OT)).  EMD also includes activities associated with transitioning the HALO system to production and delivery of test assets in support of EOC and IOC.

The Draft and Final RFP, when released, will be sent only to those vendors that express interest and meet the following eligibility requirements necessitated by the nature of the work and the aggressive timeline:

1. In accordance with the National Industrial Security Program Operating Manual (NISPOM), foreign firms or U.S. companies determined to be under Foreign Ownership, Control, or Influence (FOCI) will not be permitted to participate.

2. Possesses a valid Defense Counterintelligence and Security Agency (DCSA) Top Secret facility clearance with Top Secret safeguarding. Also, possesses a valid DCSA Top Secret Special Access Program Facility (SAPF) clearance and safeguarding.

3. Have previously developed, integrated, and manufactured a carrier suitable All up Round (AUR) weapon system as a prime contractor.

4. Have previous experience in integrating external stores/weapons with a carrier-based tactical aircraft.

5. Have previous experience in development, integration, and test of a high-speed (supersonic or faster) weapon system intended to strike mobile targets.

The respondents shall provide their company CAGE code, a capability statement addressing how they meet the five eligibility factors and Special Access Program (SAP) Point of Contact’s (POC).  The SAP POC information shall include full name, email address, and phone number for the Contractor Program Security Officer (CPSO) and SAP Program Manager in order for the government to verify access and infrastructure. If interested in receiving the Draft RFP, please provide the required eligibility information within 14 calendar days of this notice to Brittany Graves via email at brittany.n.graves4.civ@us.navy.mil.  Only those vendors that are determined to be eligible based on the information provided addressing the FIVE factors above will receive the Final RFP when released. 

In accordance with Director, Defense Pricing and Contracting (DPC) and NAVAIR Policy, the solicitation module in the Procurement Integrated Enterprise Environment (PIEE) Tool is the authorized means of competitive proposal receipt.  Accordingly, vendors will need to have or gain access to PIEE to enable secure, timestamped submission of contract proposals.  To obtain a new PIEE account, please see the guidance at the following link:

https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/govtAndGovtContRegister.xhtml

PIEE users who have an existing account, but need to add a role in the Solicitation module should log into PIEE and on the landing page, select “My Account” and “Add Additional Roles.”  The system will prompt the user through multiple screens wherein account information is updated.  On the Modules/Roles screen, select the following: Solicitation Module/Solicitation Manager role.

People

Points of Contact

Jessica A. BlackwellSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Pre-Solicitation
Posted: Sep 25, 2023
View
Version 3Viewing
Pre-Solicitation
Posted: Sep 6, 2023
Version 2
Pre-Solicitation
Posted: Aug 17, 2023
View
Version 1
Pre-Solicitation
Posted: Jul 10, 2023
View
Hypersonic Air-Launched Offensive Anti-Surface Warfare (OASuW) (HALO) Weapon System | GovScope