Air to Air Dual Mode

SOL #: A2ADualModeJustification

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8681 AFLCMC EBD
EGLIN AFB, FL, 32542-6883, United States

Place of Performance

Hudson, NH

NAICS

Aircraft Manufacturing (336411)

PSC

Drones (1550)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 26, 2026

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 has issued a Justification and Approval (J&A) for a sole-source, Indefinite Delivery/Indefinite Quantity (IDIQ) contract valued at an estimated $145,000,000 to BAE Systems. This action is for the Air-to-Air Dual Mode Counter Unmanned Aerial Systems (C-UAS) weapon system, specifically for component upgrades to the Advanced Precision Kill Weapon System (APKWS) AGR-20F rocket. This procurement addresses a Joint Urgent Operational Need (JUON) to counter evolving adversary threats, particularly mass drone attacks.

Purpose & Scope

This J&A seeks authority for Other Than Full and Open Competition to acquire critical component upgrades for the APKWS AGR-20F rocket (FALCO). The goal is to develop an Air-to-Air (A2A) Dual Mode capability to effectively counter Group 3 Unmanned Aerial System (UAS) threats. Key requirements include the development and manufacturing of a Long Wave Infrared (LWIR) seeker, a mid-body warhead with a dual safe proximity fuze, and modified guidance sections. The effort also involves producing 300 prototype All Up Rounds (AURs) to achieve a partial C-UAS solution and maturing the design to Technology Readiness Level (TRL) 7. Technical evaluation, analysis, qualification, testing, and integration support are also required for fielding certification.

Contract Details

  • Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
  • Estimated Value: $145,000,000
  • Ordering Window: 60 months
  • Period of Performance: Begins with a 24-month development and integration phase for a partial solution, followed by additional ordering capacity.
  • Awardee: BAE Systems (sole source)
  • Anticipated Order Types: Cost Plus Fixed-Fee (CPFF), Cost Reimbursable (CR), and Firm-Fixed Priced (FFP)

Justification & Set-Aside

This is a Justification and Approval for Other Than Full and Open Competition, citing 10 USC 3204(a)(1) and FAR 6.302-1(a)(2)(ii) due to only one responsible source. Market research, including an RFI, indicated that BAE Systems was the only vendor capable of providing the required supplies and services with the necessary technical maturity, timeline, and integration capabilities to meet the JUON timeframe without unacceptable delays. Therefore, no set-aside applies to this sole-source acquisition.

Additional Notes

The acquisition is driven by Joint Urgent Operational Need (JUON) CC-0588, validated in August 2024, which mandates a solution within 24 months. The government intends to maximize data rights for the complete technical data packages to facilitate future full and open competition. The estimated cost breakdown includes $62M for component development, $56M for testing and qualifications, and $27M for technical risk and USN qualification efforts. The place of performance is Hudson, NH.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2Viewing
Justification
Posted: Mar 26, 2026
Version 1
Justification
Posted: Feb 12, 2026
View
Air to Air Dual Mode | GovScope