Wings & Fins Subassemblies
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 Air Force is conducting a Presolicitation for Wing and Fin Subassemblies for the AIM-120X and CATM-120X Advanced Medium Range Air to Air Missile (AMRAAM) series. This requirement is a Total Small Business Set-Aside and will result in a single, inclusive solicitation (FA8556-26-R-B013) following a Lowest Price, Technically Acceptable (LPTA) source selection. An amendment published on March 3, 2026, updated the acquisition strategy, superseding previous dual solicitation plans.
Scope of Work
This acquisition covers the procurement of specific Wing and Fin Subassemblies, including:
- Wing Assembly, Guided Missile (01-396-0339)
- Fin, Guided Missile Assembly (01-397-0140)
- Fin, (AIM120/B) (01-364-8445)
- Wing, (AIM/CATM120/B) (01-332-5347)
- Fin, Missile-LT/CCM (01-295-3826)
- Fin Assy, CATM P3I (01-422-6767)
Fulfillment requires significant initial investment, first article testing, and an extended period for manufacturing and production. Detailed drawings of the AMRAAM wings and fins have been incorporated to foster competition.
Contract & Timeline
- Type: Presolicitation (upcoming solicitation FA8556-26-R-B013)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Source Selection: Contemplated as Lowest Price, Technically Acceptable (LPTA)
- Amendment Published: March 3, 2026 (The original synopsis response date of April 3, 2025, has passed, but capability statements are still encouraged for market research.)
- Place of Performance: Warner Robins, GA
Action Items & Evaluation
All responsible sources are encouraged to submit capability statements demonstrating their ability to provide all required subassemblies without substantial duplication of costs. Technical Data Packages (TDP) will be made available upon the release of the solicitation.
For contractors seeking "proven source" classification, waiver submissions must be received by the Government no later than ten (10) calendar days after the issuance of the final solicitation. The Government reserves the right to request additional information and will provide a determination within five (5) calendar days of receiving all necessary information. Early submission of detailed waiver requests is strongly encouraged.
Contact Information
- Primary: Dillan Harper-Smith (dillan.harper-smith.1@us.af.mil)
- Secondary: Ivan Jones (ivan.jones.2@us.af.mil, 4783275756)