Minotaur Family of Services (MFoS) Enterprise
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 Naval Air Systems Command (NAVAIR), PEO Assault (A) Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) intends to award a sole-source contract to Huntington Ingalls Industries (HII) of McLean, VA, for the Minotaur Family of Services (MFoS) Enterprise. This presolicitation outlines the intent to support the continued Design, Development, Engineering, and Lifecycle Supportability of MFoS for five years. The contract is anticipated in the 3rd quarter 2027.
Scope of Work
The primary objective is to facilitate the integration of MFoS products into Tri-Service platforms, including all military tactical data link networks, to achieve MFoS mission requirements. This involves performing design, development, engineering, and lifecycle supportability to field next-generation advanced systems such as airborne mission processors, mission management systems, multi-function active sensor radars, Electronics Intelligence (ELINT) systems, Signal Intelligence (SIGINT) systems, Communications Intelligence (COMINT) systems, and Electro-Optical/Infrared (EO/IR) ISR systems with Cyber Security (CS) and Information Assurance (IA) hardening.
Contract & Timeline
- Type: Presolicitation for a sole-source contract (Other Than Full and Open Competition)
- Duration: Five (5) years
- Set-Aside: Not applicable (Sole Source to HII)
- Intended Award: 3rd quarter 2027
- Response Date (for presolicitation): January 30, 2026, 1:00 PM EST
- Published: January 15, 2026
- Place of Performance: McLean, VA
Justification
The requirements will be procured pursuant to 10 U.S.C. 2304(a)(1) and FAR 6.302-1(a)(2)(ii)(B). As a follow-on contract, these requirements are only available from the original source, and an award to any other source would result in unacceptable delays in fulfilling the Government’s requirement.
Additional Notes
This synopsis is for informational purposes only. Companies interested in subcontracting opportunities should contact Ms. Kelly Bower at (703) 543-2979 or kelly.bower@hii-tsd.com. The primary point of contact for this presolicitation is Andrew H Warner (andrew.h.warner4.civ@us.navy.mil).