SOLICITATION NOTICE
14 -- Multiple NSN/PNs for Patriot Missile
- Notice Date
- 8/13/2025 6:00:36 AM
- Notice Type
- Presolicitation
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA2-25-R-0107_Multiple_PNs_Patriot_Synopsis
- Response Due
- 8/28/2025 1:00:00 PM
- Archive Date
- 09/12/2025
- Point of Contact
- Kereen Johnston, Adam Henson
- E-Mail Address
-
kereen.johnston@dla.mil, Jeffrey.Henson@dla.mil
(kereen.johnston@dla.mil, Jeffrey.Henson@dla.mil)
- Description
- THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR SOLICITATION WILL NOT RECEIVE A RESPONSE. No telephone requests will be accepted. Direct your requests and communications to ATTN: DLA-AHCA, Kereen Johnston, Contract Specialist, via email kereen.johnston@dla.mil. Solicitation will be published in SAM.GOV, for all other inquiries, in the email subject line enter SPRRA2-25-R-0107, provide your name, the company name, Cage Code and telephone number and email address. The Defense Logistics Agency (DLA) anticipates issuing a Letter RFP Solicitation SPRRA2-25-R-0107 to add on to a 10-year Indefinite Delivery Requirements (IDR), Firm-Fixed Price (FFP) subsumable contract for the parts listed. Those parts will be procured in accordance with the negotiated (Alpha 6) Umbrella Contract SPRBL1-25-D-0006 that will succeed the DLA-Raytheon Depot Level Repairable (DLR) SPRBL1-15-D-0017 (Alpha 5) LTC. The basic terms and conditions of the umbrella contract shall govern the contractors and Governments� rights and obligations. This contract action is sole sourced to Raytheon Company: IAW 10 U.S.C. 2304 (c)(1) FAR 6.302-1. ��Only one responsible source, and no other type of supplies or services will satisfy agency requirements�� Commercial and Government Entity (CAGE) Code 05716, which is the original equipment manufacturer (OEM) for the listed parts. Due to the proprietary requirements imposed by the original equipment manufacturer, there are no other known sources. 5960-01-490-7030_11472532-1 Electron Tube, Patriot Surface to Air Missile 6130-01-411-3039_11472051 POWER SUPPLY 1430-01-411-3900_11472068 MICROWAVE ASSEMBLY 5996-01-676-8631_13661557-1 AMPLIFIER, RADIO FREQ 1420-01-393-5174_11466531-1 Seeker Section, Electro-Optical, Guided Missile 6130-01-446-7404_11472052 HIGH VOLTAGE DIVIDER ASSEMBLY 5950-01-453-7062_11477074 TRANSFORMER ASSEMBLY 5985-01-478-4888_11437058 Dummy Load, Electrical 1420-01-387-2775_11466723 Guidance Section Group, Guided Missile 5895-01-387-2638_11470143 Head Control, Guidance Control Group 6130-01-597-5869_11472112-2 INVERTER SUBASSEMBL 5998-01-501-7710_13458090 Electronic Component Assembly 7025-01-680-6238_13704835-1 Digital Intermediate Frequency Receiver The 13 parts will be added onto the DLA-Raytheon Subsumable Contract SPRRA2-25-D-0006 as an add-on procurement. These part numbers will support the Patriot Missile System. The add-on is authorized pursuant to DLAD 52.216-9006 �Addition/Deletion of Items� as well as the scope statement that was included in solicitation SPRBL1-25-R-0001. The letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This is proposed to be a FAR 15 effort. If other Part Numbers and specifications are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The contract requires design, build and supply of parts, as well as other functions including but not limited to inventory management, forecasting, distribution, storage, reliability improvements, engineering maintenance and design control affecting these parts. All offerors must meet prequalification requirements in order to be eligible for the award. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center�s (AvMc DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD) is the engineering source authority for source approvals. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future efforts by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@mail.mil. All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7b4a232b1644f9ead2e326903a273c3/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07549183-F 20250815/250813230050 (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 |