Skip to content
Department of Defense

Advanced Emission Suppression Missile (AESM) – Enhanced Capabilities

Solicitation: N00019-26-RFPREQ-WPM242-0141
Notice ID: 465b3b3a016f4c60a30d6f479795c5f6
TypeSources SoughtNAICS 336414PSC1410Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The NavyPostedFeb 18, 2026, 12:00 AM UTCDueMar 18, 2026, 09:00 PM UTCCloses in 24 days

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 18, 2026. Industry: NAICS 336414 • PSC 1410.

Market snapshot

Awarded-market signal for NAICS 336414 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,308,535,059
Sector total $20,341,046,444 • Share 6.4%
Live
Median
$18,463,883
P10–P90
$18,463,883$18,463,883
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
6.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,308,535,059)
Deal sizing
$18,463,883 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
United States
Contracting office
Patuxent River, MD • 20670-5000 USA

Point of Contact

Name
Hayley M. Graham
Email
hayley.m.graham.civ@us.navy.mil
Phone
Not available
Name
Lisa Maples
Email
lisa.m.maples.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVAIR
Office
NAVAIR HQS • NAVAL AIR SYSTEMS COMMAND
Contracting Office Address
Patuxent River, MD
20670-5000 USA

More in NAICS 336414

Description

DISCLAIMER 

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL.  IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.  THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT.  THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.  

INTRODUCTION 

The Naval Air Systems Command (NAVAIR), Program Executive Office for Unmanned Aviation and Strike Weapons (PEO (U&W)), is conducting market research to identify potential sources capable of providing an advanced, anti-radiation guided missile weapon system, or key subsystems thereof, with a longer range than existing in the Navy’s current inventory, including associated engineering, manufacturing, testing, and logistics support. This All Up Round (AUR) must be compatible with existing launch platforms (e.g. F-18, F-35) and infrastructure currently supporting the Navy and Air Force’s existing inventory of anti-radiation guided missiles.  Production demand is expected to be on the order of up to 300 AURs per year.  Fieldable weapon should assume to be ready within 2-year time period.

BACKGROUND/REQUIREMENT 

NAVAIR is seeking to enhance its capabilities to suppress and neutralize enemy air defenses in contested environments. This effort aims to identify and potentially acquire a weapon system that provides similar or improved capabilities compared to its current weapons inventory, focusing on extended range, advanced targeting, counter-countermeasures, and integration with existing and future platforms.

Required Capabilities 

Interested vendors are requested to provide information regarding their capabilities to provide a weapon system (or key subsystems) with the following characteristics (at a minimum):

  • Extended Range: Weapon system capable of engaging targets at significant standoff distances.
  • Targeting:
    • Advanced anti-radiation seeker with broad frequency coverage.
    • Ability to target modern and advanced radar systems.
    • Precision navigation and guidance system (e.g., GPS/INS with anti-jamming capabilities).
    • Potential for pre-emptive targeting capabilities.
    • Describe ability to engage air-to-air and air-to-ground targets.
  • Electronic Counter-Countermeasures (ECCM): Robust ECCM capabilities to defeat enemy countermeasures, including chaff, flares, jamming and anti-ARM techniques.
  • Lethality: High probability of kill against a wide range of radar targets.
  • Architecture:  Weapons Open System Architecture
  • Platform Integration:
    • Compatibility with F/A-18E/F, EA-18G, F-35 (provide size, weight, and center of gravity (CG) details).
    • Detail Universal Armament Interface (UAI) connectivity
    • Open architecture design to facilitate integration with future platforms.
    • MIL-STD-1760 compliance (or equivalent) for aircraft integration.
  • Reliability and Maintainability: High operational availability and minimal maintenance requirements. Munition shall have a Storage Reliability of greater than or equal to 0.9 after 15 years of fielded weapon storage.  
  • Logistics Support: Comprehensive logistics support package, including training, maintenance manuals, spare parts, and technical assistance, as well as packaging, handling, transportation, and shipping solutions for AUR and subsections.
  • Cybersecurity: Compliant with current cybersecurity standards for weapon systems which includes implementation of select NIST 800-53 Revision 5 Security controls.  Cybersecurity Maturation Model Certification (CMMC) compliance.
  • Navigation: Inertial navigation plus M-Code GPS required with anti-jam capability and alternative navigation source sought.
  • Security:  Ability to obtain SECRET Facility Clearance (FCL) and SECRET personnel clearances (PCL), as well as compliance with NISPOM.  Implement program protection principles, including the ability to identify and mitigate risks to Critical Program Information (CPI).
  • Exportability: Detail if current exportable configuration is available, or what would be required to achieve one.
  • TRL: 7 or higher

ELIGIBILITY 

The applicable NAICS code is 336414.  The Product Service Code (PSC) is 1410.  Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.   

SUBMITTAL INFORMATION 

Interested parties may submit a Capability Statement package identifying their interest and capability in response to this notice.  Only Capability Statements received on or before 18 March 2026 will be considered by the Government. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and requisite knowledge required to support the requirement.  A determination not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability Statements received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration. 

It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length on 8.5 x 11 inch paper with one-inch margins, single-spaced, Times New Roman 12-point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address, at a minimum, the following: 

  1. Notice number from the SAM.gov posting to which you are responding. 
  2. Company Name; Company Address; CAGE Code; and Points-of-Contact (Primary and Secondary) name, phone number, fax number, and e-mail address; 
  3. Company profile to include number of employees, annual revenue history (3 or more years), office location(s), DUNS number, business size, and a statement regarding current small/large business size status; 
  4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product described herein; 
  5. Type of work your company has performed in the past in support of the same or similar requirement. 
  6. Can or has your company managed a task of this nature? If so, please provide details. 
  7. Company's ability to begin performance upon contract award without the requirement for additional negotiations or contract awards to procure rights to start performance for any resultant effort. 
  8. If qualifying as a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described herein within the period of performance. 

The Government anticipates a comprehensive response to this RFI may contain classified information.  To the maximum extent possible all responses to this RFI should be UNCLASSIFIED and for general access by the Government and their Systems Engineering and Technical Assistance (SETA) contractor evaluators.  Responses may be complemented by classified appendices as required, but must meet the format and delivery instructions described in this RFI and appropriate delivery must be arranged in advance.  Responses at classification levels above SECRET will not be accepted.  Classified responses must include identification of their source of classification guidance, as well as the name, telephone number, and e-mail address of a point of contact having authority and knowledge to discuss responses with Government representatives.

All responses, including capability statements, shall be submitted no later than 18 March 2026.  Responses shall be submitted electronically to the designated Contract Specialist, and Contracting Officer, in Microsoft Word format or Portable Document Format (PDF) at the following email addresses: lisa.m.maples.civ@us.navy.mil (PCO), hayley.m.graham.civ@us.navy.mil, (Contract Specialist)

Classified appendices (up to SECRET U.S. ONLY) shall be in compliance with current DoD directives and procedures.  Companies are to adhere to the DoD National Industrial Security Program Operating Manual (NISPOM) codifying 32 Code of Federal Regulation Part 117, NISPOM Rule, 24 February 2021 procedures for transmittal of classified responses.

Classified appendices can be provided either through SIPR or physical copies. 

Physical copy classified appendices shall include electronic media and three hard copies, with outer envelope addressed to:

DEPARTMENT OF THE NAVY

PROGRAM EXECUTIVE OFFICER UNMANNED AVIATION AND STRIKE WEAPONS (PEO(U&W)), DIRECT AND TIME SENSITIVE STRIKE (PMA-242)

ATTN: DOCUMENT CONTROL

47123 BUSE ROAD BLDG 2272 STE 252

PATUXENT RIVER MD 20670-1547

Address inner envelope to:

DEPARTMENT OF THE NAVY

UNMANNED AVIAITION AND STRIKE WEAPONS

PMA-242

ATTN: AARGM-ER OFFICE, MRS. VALERIE CURL

47123 BUSE ROAD BLDG 2272 STE 252

PATUXENT RIVER MD 20670-1547

SIPR classified appendices should be sent to Valerie.Amadio5@navy.smil.mil.

Any information to be submitted higher than SECRET, address inquires regarding submission of classified information to Matthew Jones at 301-757-8608 or Matthew.D.Jones210.civ@us.navy.mil.  DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED MAIL OR E-MAIL.

No phone calls will be accepted. The Government may contact RFI respondents in order to seek clarification of submitted information or gain additional input.  

All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. 

DOCUMENT MARKINGS 

It is incumbent upon sources providing responses to this Notice to accurately mark all data with all appropriate data rights, distribution and classification markings. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: Controlled Unclassified Information (CUI), Releasable to Government Agencies for Evaluation Purposes Only.  

Responses that fail to comply with the above instructions or present ideas not pertinent to subject may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. 

Interested sources are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this Sources Sought.  By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary information) to employees of the organizations listed below. All employees of the organizations identified that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data.  

Beyond the above commercial firms, the Government will not release any data received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.