LRASM MOFP F-16 Test & Support Update
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 Department of the Navy / NAVAL AIR SYSTEMS COMMAND has issued an Award Notice for the Long-Range Anti-Ship Missile (LRASM) MOFP F-16 Test & Support Update. This is a sole-source award to Lockheed Martin Corporation-Missiles Fire Control (LMMFC), justified under 10 U.S.C. 2304(c)(1) and FAR Subpart 6.302-1, due to LMMFC being the sole designer, developer, and manufacturer of the LRASM system.
Scope of Work
This contract action ensures continued capability for Offensive Air-launched Anti-Surface Warfare (OASuW) and supports the maturation and sustainment of the LRASM system. The scope includes:
- Non-Recurring Engineering (NRE) for design, integration, testing, and documentation.
- Product improvements, material obsolescence, and software development.
- Follow-on support, capability improvement testing, and Engineering Change Proposals (ECPs).
- Production support, spares, training, trade studies, sustainment, and upgrades to support equipment.
Contract Details
- Type: Sole-Source Award Notice, utilizing a Basic Ordering Agreement (BOA) for Fixed Price and Cost Reimbursable orders.
- Awardee: Lockheed Martin Corporation-Missiles Fire Control (LMMFC).
- Authority: 10 U.S.C. 3204(a)(1) and FAR 6.302-1(a)(2)(ii)(A) and 6.302-1(a)(2)(iii)(A).
- Published Date: February 25, 2026.
- Place of Performance: Orlando, FL.
Justification for Sole Source
LMMFC is the only known, qualified, and responsible source due to its unique position as the sole designer, developer, manufacturer, and integrator of the LRASM. Awarding to any other source would lead to substantial duplication of costs and unacceptable delays. Market research, including a Sources Sought notice on SAM.gov (February 8, 2024), yielded no responses, further supporting the sole-source determination. The authority granted by the Class Justification and Approval (CJ&A) expires on September 30, 2029.
Additional Notes
NAVAIR currently has no plans to compete future contracts for these specific supplies/services but will assess feasibility if other potential sources emerge.