Tomahawk Cruise Missiles Recertification Operations Lot 5-6
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) has awarded a sole source Firm Fixed Price modification to Raytheon Company for the recertification and modernization of Tomahawk Cruise Missiles (Lot 5 and Lot 6). This award, under Contract N0001925C0071, covers depot operations, recertification hardware, and associated spares/replacement components. This action was justified under 10 U.S.C. 3204(a)(1) as a sole source requirement.
Scope of Work
This modification covers the recertification and modernization of Tactical Tomahawk (TACTOM) Block IV missiles for the U.S. Navy and Foreign Military Sales (FMS) customers for Fiscal Years (FY) 2024-2028. Key efforts include:
- Induction, overhaul, testing, and fielding of recertified missiles.
- Refurbishment and modernization of TACTOM, tooling, test equipment, and lab assets.
- Recertification of Composite Capsule Launching Systems (CCLS).
- Navigation upgrades and integration of new capabilities (Maritime Strike Tomahawk (MST), upgraded GPS Military Code (M-Code), Joint Multiple-Effects Warhead System (JMEWS)).
- Procurement of spares and rotable pool assets.
- Procurement, repair, and upgrades to Government Furnished Property (GFP), Special Tooling (ST), and Special Test Equipment (STE).
- Software and simulation sustainment, flight and functional ground test support, training, and obsolescence management.
- Systems engineering, logistics support, over and above repairs, and Service Life Assessment Program. Efforts are anticipated to be completed by December 31, 2030.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Modification
- Awardee: Raytheon Company
- Awarding Agency: Naval Air Systems Command (NAVAIR), Dept Of Defense
- Authority: Sole source under 10 U.S.C. 3204(a)(1) and FAR 6.302-1, as justified by Class Justification and Approval (CJ&A) No. 24-0076.
- Set-Aside: Not applicable (Sole Source)
- Award Date: Published April 23, 2026 (as an award notice)
- Place of Performance: Tucson, AZ
Rationale for Sole Source
NAVAIR determined that Raytheon is the only responsible source capable of providing these supplies and services. Award to any other source would result in substantial duplication of costs for design, testing, production tooling, test equipment, and requalification, which the Government would not recover. Raytheon, originally selected competitively in 1994, maintains control of the Level III Technical Data Package (TDP) and manufacturing documentation, and is unwilling to sell the required TDP. No other company possesses the necessary technical knowledge, expertise, data, and facilities. Market research, including a SAM.gov synopsis on April 17, 2023, yielded no responses.