Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2026 SAM #8852
SOURCES SOUGHT

14 -- Standard Missile (SM)-6 Block IA/IAU Production Requirements and Transition To Production (TTP)

Notice Date
2/18/2026 8:04:43 AM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NAVSEA HQ WASHINGTON NAVY YARD DC 20376-5000 USA
 
ZIP Code
20376-5000
 
Solicitation Number
N00024-25-C-5409
 
Response Due
3/20/2026 9:00:00 PM
 
Archive Date
04/05/2026
 
Point of Contact
Roy Yim, Ashley Mathew
 
E-Mail Address
roy.h.yim2.civ@us.navy.mil, ashley.mathew2.civ@us.navy.mil
(roy.h.yim2.civ@us.navy.mil, ashley.mathew2.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP AVAILABLE AT THIS TIME. THIS SOURCES SOUGHT NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT FOR ANY ACTUAL PROCUREMENT OF MATERIALS OR SERVICES. Introduction/Background: In accordance with Federal Acquisition Regulation (FAR) Parts 5, the Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Officer Integrated Warfare Systems (PEO IWS), is conducting market research to identify potential sources with the requisite capabilities to perform two major efforts related to the Standard Missile-6 (SM-6) program. SM-6 provides an extended-range engagement capability that is critical for air superiority and the protection of U.S. and allied forces against a full spectrum of airborne threats. It is the primary extended-range air defense weapon for AEGIS cruisers and destroyers. The Government is seeking information on potential sources for the following efforts: SM-6 Block IA/IAU Production: This effort includes the procurement of All-Up-Round (AUR) missiles, instrumentation kits, spares, shipping containers, installation/checkout equipment, Diminishing Manufacturing Sources (DMS) management, program facility support, and Production Engineering Support (PES). The anticipated procurement period is from Fiscal Year (FY) 2027 through FY 2037. The Government anticipates this requirement will be covered by a Multiyear Procurement (MYP) contract beginning in FY 2027. All AURs are to be delivered within approximately 36 months from contract award. SM-6 Block IAU Transition to Production (TTP): This effort will support the initial production and preparation for Full Rate Production (FRP) of the SM-6 Block IAU missile, which is a critical obsolescence upgrade to the SM-6 Block IA AUR. This program will develop and validate the design and manufacturing processes to meet all requirements of the SM-6 Block IAU Missile Performance Specification (MPS). TTP efforts are expected to be awarded in FY 2026 to mitigate schedule risk and support missile deliveries starting in FY 2030. Information Sought: Respondents are requested to provide a capabilities statement that addresses the following areas. This statement should include sufficient detail to allow the Government to make a thorough assessment of the respondent's capabilities. Company Qualifications and Experience: Describe your company's capabilities and direct experience in the design, development, integration, and high-rate production of tactical guided missile systems of similar size and complexity to the SM-6 Provide details on your experience managing a major missile production line, including supply chain management, DMSMS mitigation, logistics, and quality assurance. Specifically address experience supporting annual production rates of up to 500 AURs. Describe your company's experience with TTP efforts, particularly those involving the integration of major obsolescence upgrades or new variants into an existing, active production line. Describe your company's facilities, equipment, and key personnel. Include information on facility clearances and certifications (e.g., AS9100) necessary to manufacture, integrate, test, and deliver tactical missile systems for the U.S. Navy. Technical Approach and Capabilities: Provide your notional technical approach to meeting the production requirements for the SM-6 Block IA/IAU from FY 2027-2037. Outline your technical approach to executing the SM-6 Block IAU TTP effort. Describe how you would develop, validate, and verify manufacturing processes to meet performance specifications and ensure deliveries commence by FY 2030. Describe your systems engineering methodology for managing the missile technical baseline, including the integration of new Government-Furnished Equipment (GFE) or contractor-developed components for the Block IAU upgrade while sustaining ongoing production. Describe your risk management approach for cost, schedule, and performance, especially within the context of a potential Multi-Year Procurement contract. Production Capacity: Detail your company's current and potential maximum production capacity for SM-6 or similar missile systems. Describe a notional plan and timeline to achieve and sustain a production rate of up to 500 SM-6 AURs per year by 2030. This should include any anticipated investments in facilities, special tooling, and personnel. Data Rights: For the technical approaches described, provide details on any expected limitations on the Government�s rights to technical data and computer software. Clearly identify any processes, components, or software that are considered proprietary. Submittal Instructions: Interested parties are requested to submit a capabilities statement in response to this sources sought notice. Responses must be submitted via email to the points of contact listed below no later than 21 March 2026. The subject line should reference ""Sources Sought Notice: SM-6 Production and TTP"". Please limit responses to a maximum of 25 pages. Proprietary information must be clearly marked. The cover page shall include: Company Name, Address, Point of Contact (Name, Phone Number, and Email). Company's business size (Small or Large) relative to NAICS Code 336414 (Guided Missiles and Space Vehicle Manufacturing). Small Businesses should indicate the percentage of work that would be self-performed. Points of Contact: Contracting Officer: Roy Yim (roy.h.yim2.civ@us.navy.mil) Contract Specialist: Joseph Strain (joseph.r.strain4.civ@us.navy.mil) Contract Specialist: Ashley Mathew (ashley.mathew2.civ@us.navy.mil) Disclaimer: This notice is for market research and planning purposes only and does not constitute a RFP or obligation on the part of the Government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide reimbursement for any costs or expenses associated with submitting a response. Respondents will not be notified of the results of this notice. Information obtained from submitted responses may be used to develop a future acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0204a24d95f1457aa8c77e7acf796061/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07719899-F 20260220/260218230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.