MODIFICATION
59 -- CIRCUIT CARD ASSEMBLY, NSN: 5998-01-609-1074, Part Number: 13656860
- Notice Date
- 10/15/2025 12:58:18 PM
- Notice Type
- Solicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA226R0005
- Response Due
- 1/12/2026 3:00:00 AM
- Archive Date
- 01/27/2026
- Point of Contact
- Lewis Fournet, David Bennett
- E-Mail Address
-
lewis.fournet@dla.mil, david.b.bennett@dla.mil
(lewis.fournet@dla.mil, david.b.bennett@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- DEFENSE LOGISTICS AGENCY AVIATION / MISSILES 5201 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898 DLA AHCA October 15, 2025 Raytheon Company 350 Lowell Street Andover, MA 01810 Subject: Letter Request for Proposal (RFP) � SPRRA2-26-R-0005 Dear Raytheon Company, The Defense Logistics Agency (DLA) is issuing Solicitation SPRRA2-26-R-0005 as a Single Purchase for a Firm Fixed Price (FFP) procurement under the �Alpha 6� Long-Term Contract (LTC) umbrella, contract number SPRBL1-25-D-0006. This acquisition supports the Patriot Missile System. The required part has been identified as having limited stock and availability. Part Details: Item: Circuit Card Assembly NSN: 5998-01-609-1074 Part Number: 13656860 Quantity: 18 each The basic terms and conditions of the umbrella contract shall govern the contractors and Governments� rights and obligations. This solicitation is sole sourced to Raytheon Company, CAGE 05716. 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�� DLA Contracting Team Identification: David Bennett, DLA Aviation - Huntsville, Team Lead, Contracting Officer E-Mail: David.B.Bennett@dla.mil; Phone: (256) 309-7655 Adam Henson, DLA Aviation - Huntsville, Team Lead, Contract Specialist E-Mail: jeffrey.henson@dla.mil; Phone: (256) 924-7897 Lewis Fournet, DLA Aviation - Huntsville, Contract Specialist E-Mail: lewis.fournet@dla.mil; Phone: (256) 230-5758 The following timelines are proposed in this RFP: Indicate your intention to provide a responsive Increment add-on proposal to this RFP in writing within five (5) business days. It is requested that a negative response be accompanied by an explanation. Responses shall be provided to the contracting team identified above. Your response is requested as soon as possible. If you choose to submit a proposal in response to this RFP it shall be submitted on/or before 5:00 P.M. Central Standard Time (CST) January 12, 2025. Instructions for the proposal: Please ensure that you read the entire RFP, including all of the enclosures, prior to submitting a proposal. The proposal shall be in full compliance with the instructions of this RFP. This RFP is not an authorization to start work. The basic terms and conditions of the Umbrella Contract SPRBL1-25-D-0006 shall govern the Contractors� and Governments� rights and obligations. Contract Clauses are governed by the Umbrella Contract unless otherwise indicated, (excluding classified clauses; notices, clauses, and provisions) shall apply to all add-ons, delivery orders and shall govern the contractor�s and Governments� rights and obligations. No alternative or additional clauses shall be submitted with this proposal. Raytheon can submit previously coordinated alternates of term and conditions as assumptions to their proposal to assure maximum timeliness of proposal. The solicited quantities are based on available limited stock and as such the Government reserves the right to award the most advantageous quantities. Your proposal shall remain valid for a minimum of one hundred and eighty (180) days from receipt by the Government. In the interest of supporting obsolete items and pursuant to communication with the Contracting Officer, an additional proposal for a purchase of the Next Higher Assembly (NHA) may be accepted to support the function of a requested part. Nothing in this RFP shall be construed to preclude the contracting officer from requiring the offeror to supply sufficient information to determine the reasonableness of price, regardless of whether the offeror was required to provide such information in connection with any earlier procurement. If the contracting officer determines that the pricing information submitted is not sufficient (see Section C of this RFP) to determine the reasonableness of price, the contracting officer may request other relevant information prior to accepting the proposal as adequate and consistent with the solicitation. The proposal should include a proposed order size and evidence-based delivery schedule. The Government expects the Offeror to propose only the quantity that can be supported. The quantity requested is based on available limited stock and the offeror proposal shall support the quantity provided. Raytheon shall only propose sole source items under this contract. Raytheon shall notify the Government immediately if the items or services being solicited are not sole source to Raytheon. First Article (FAT) / Production Lot (PLT) MAY BE required. FAT unit MAY BE retained as a material standard. Test Item MAY BE destroyed as part of testing. First Article Test (FAT) and Production Lot Test (PLT) requirements for items listed in Enclosure 1 - Identification of Requirements, as applicable, MAY BE waived. Raytheon company may submit a first article test waiver worksheet. FAT/PLT units SHALL BE proposed until the waiver is approved. Proposal Content/Cost/Price Supporting documentation. At a minimum your proposal shall be addressed with the following: The Government contemplates Firm-Fixed-Pricing for this item in accordance with the umbrella contract. This is an RFP for NSN/Part support requirements generated by the Army Logistics Center (ALC). The Identification of Requirements (IOR) and Packaging Sheets are provided in Enclosure 1. The offeror shall prepare pricing information as provided in Enclosure 1, Identification of Requirements (IOR) and Proposal Information in a Microsoft Excel file Utilizing the specific headers provided within. The offeror�s summary schedule shall provide the Contract Line-Item Number (CLIN), National Stock Number (NSN) reconcile with the total overall price offered and applicable data within the proposal. Along with the enclosure schedule, the offeror shall provide fully supportable cost data substantiating the offeror�s summary schedule for the CLIN. The Government did not provide subcontract Line-Item Numbers (SLINs) to accommodate items that may require reusable shipping containers. However, if an item requires a reusable shipping container, a SLIN may be added to allow the offeror to price the item with a shipping container. The offeror shall propose the most expeditious delivery schedule for each item. The submission of cost data must include working cost model with excel formulas. Submission shall be in accordance with FAR 15.408, Table 15-2, Instructions for Submitting Cost/Price Proposals when Certified Cost or Pricing Data are required. Back up documentation shall detail the labor categories to be used, labor hours proposed by category, material and equipment cost, and a total cost breakdown. The offeror must also provide supporting cost/price documentation for all proposed subcontractors, to include the proposed type of subcontract. Should the proposal not require certification of cost and pricing data, the Offeror�s attention is directed at the Federal Acquisition Regulation FAR 15.403-3, relative to the requirements for obtaining Other Than Certified Cost or Pricing Data. The Offeror is required to submit Other Than Certified Cost or Pricing Data with the submission of the proposal. If additional supporting documentation is requested, the government is seeking a timely response (5-10 business days). Failure to provide Other Than Certified Cost or Pricing Data will result in the offeror being deemed as inadequate and/or deficient. Per FAR 15.408, Table 15-2, cost analysis must be performed by the offeror for subcontracts identified in the Consolidated Bill of Materials (CBOMs) as having total proposed pricing that exceeds the regulatory threshold indicated in FAR Part 15.403-4 for the BEQ only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations must be provided for the BEQ only. In support of the proposed Indirect Expense Rates, Raytheon business units performing or as an internal work transfer, and any other subordinates shall provide documentation of the most recent Indirect Expense Rates, to include at least one of the following (by order of acceptability): Forward Pricing Rate Agreements (FPRAs) with DCMA. Note: the rates reflected in any existing FPRA shall directly match the proposed rates as detailed in the proposal. Forward Pricing Rate Recommendations (FPRR)from DCMA. Note: if proposed rates do not match an existing FPRR, the offeror shall provide sufficient detail explaining how the cost realism of the rates proposed. Forward Pricing Rate Proposals (FPRP) previously accepted by the DACO at DCMA pursuant to the establishment of a new FPRR. OR Approved provisional Rates or other statement of current rates including three (3) years of Incurred Cost Submissions to DCAA detailing historical (actual) Pools and bases (by expense accounts), and any information which validates tha calculations. Note: the rates reflected in the FPRA shall directly match the proposed rates as detailed in the proposal. If the rates do not match, the offeror shall provide sufficient detail explaining how the proposed rates are realistic. A sanitized cost break-down (no cost information, no rates/dollars) shall also be provided in a Microsoft excel file in addition to the other information required by the RFP. The proposal will identify key business unit personnel related to contracting, technical and pricing questions and known DCMA or DCAA business unit point of contract (POC) to expedite the question/review process. Additional Terms, Conditions, Clauses, and Provisions specific to this procurement needs and/or agency requirement: In accordance with FAR clause 52.215-22, Limitation on Pass-Through charges, if Raytheon intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting contract, Raytheon shall identify in its proposal a description of the value-added provided by Raytheon as related to the work to be performed by the subcontractor(s) as defined by FAR Clause 52.215-23. DFARS Claues 252.211-7003, Item Unique Identification and Valuation may be applicable to items in this Letter RFP. Raytheon shall assert restrictions on technical data or software as required; when Raytheon shall deliver with less than Unlimited Rights IAW DFARS 252.227-7017, Enclosure 3. Raytheon shall identify and address in its proposal all actual or potential Organizational Conflicts of Interest (OCI), per FAR 9.5, or state that there are no known potential OCIs. If any actual or potential OCIs are identified, then Raytheon shall submit a mitigation plan. The Government reserves the right to award the NSNs / Parts of this letter RFP either on the same contract modification or separate contract modification, increment add-on, or delivery order. All communications SHALL be submitted in writing ONLY and directly to the contract team(s) email addresses identified on the first page of this RFP. Raytheon shall not contact any other Government personnel other than the person(s) identified. Contracting any Government personnel other than the individual(s) identified above could result in an organizational conflict of interest (COI). Small Business Subcontracting Plan: the contractor shall continue participation in the Department of Defense (DoD) Test Program for a Comprehensive Subcontracting Plan with the Defense Contract Management Agency (DCMA). A small business subcontracting plan will not be required by the Government for this subsumable, increment add-on, or delivery order contracts unless the contractor fails to meet the goals outlined in the comprehensive subcontracting plan agreement with DCMA. Progress Payments FAR 52.232-16 may be included in the resulting subsumable contract SPRRA2-25-D-0016 under the negotiated (Alpha 6) Umbrella Contract SPRBL1-25-D-0006. If progress payments are desired, they shall be expressly requested in the proposal. Progress Payments will be agreed to during negotiations and added to each applicable delivery order. Prohibition on the acquisition of covered defense telecommunications equipment of service clause 252.204-7018 will be added to each applicable delivery order or increment add-on. If you have any questions, feel free to contact the undersigned, David Bennett at David.B.Bennett@dla.mil. Sincerely, Enclosures listed below: Enclosure 1: Identification of Requirements (IOR) and Proposal Information Enclosure 2: Required Reps and Certs (FAR 52.204-8) Enclosure 3: Data Rights and Assertions DFARS 252.227-7017
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f80478d179a44db084195e833cc8bf4a/view)
- Place of Performance
- Address: Andover, MA 01810, USA
- Zip Code: 01810
- Country: USA
- Zip Code: 01810
- Record
- SN07618805-F 20251017/251015230034 (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 |