AIR-TO-GROUND MISSILE SYSTEMS (AGMS) ENGINEERING SERVICES
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 Army, Army Contracting Command – Redstone Arsenal, has a presolicitation for Air-to-Ground Missile Systems (AGMS) Engineering Services. This requirement is restricted to Lockheed Martin Corporation (LMC), Orlando, FL, as a sole-source acquisition. LMC is identified as the only responsible source possessing the unique knowledge and expertise required for the AGMS family of missiles. This notice serves as a synopsis in accordance with FAR 5.101 and is not a request for proposal.
Scope of Work
The engineering services are required to support the Laser Hellfire and Joint-Air-to-Ground Missile (JAGM) systems, collectively known as the AGMS family of missiles. Support will be provided to the U.S. Army, U.S. Navy, U.S. Air Force, other customers, and Foreign Military Sales (FMS) customers. The services encompass:
- Program Management
- Engineering
- Product Assurance
- Logistics
- Configuration Management
- Test/Evaluation
- Production Engineering These services are crucial for maintaining the capability of the AGMS family of missiles and resolving problems promptly.
Contract & Timeline
- Type: Sole Source Presolicitation
- Statutory Authority: 10 U.S.C. 3204(A)(1) as implemented by FAR 6.103-1 ("Only one responsible source").
- Contractor: Lockheed Martin Corporation (LMC), 5600 West Sand Lake Road, Orlando, FL 32819-8907 (CAGE Code 04939).
- Period of Performance: A base award plus four 12-month option periods, totaling 48 months, commencing upon contract award. An additional six-month extension option is included in accordance with FAR 52.217-8.
- Place of Performance: Orlando, FL.
- Published Date: April 29, 2026.
- Response Date: May 14, 2026.
Additional Notes
This synopsis is for informational purposes only and does not constitute a request for proposal or information. The Government is not bound to solicit or award a contract based on this notice, and the information provided is subject to change.