CIRCUIT CARD ASSEMBLY, NSN: 5998-01-609-1074, Part Number: 13656860
ID: SPRRA226R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT HUNTSVILLE, ALREDSTONE ARSENAL, AL, 35898-7340, USA

NAICS

Bare Printed Circuit Board Manufacturing (334412)

PSC

ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE (5998)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Logistics Agency (DLA) is issuing a sole-source Request for Proposal (RFP) for the procurement of 18 Circuit Card Assemblies (NSN: 5998-01-609-1074, Part Number: 13656860) to support the Patriot Missile System. This Firm Fixed Price (FFP) procurement falls under the "Alpha 6" Long-Term Contract (SPRBL1-25-D-0006), and Raytheon Company is the designated supplier due to the unique nature of the required components. Proposals must be submitted by January 12, 2025, at 5:00 P.M. CST, and must include detailed cost data, address potential Organizational Conflicts of Interest, and comply with the terms of the umbrella contract. For inquiries, interested parties can contact David Bennett at David.B.Bennett@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This protected government document, designated as Source Selection Information (SSI) and Controlled Unclassified Information (CUI), outlines requirements for a federal procurement related to Circuit Card Assemblies (NSN 5998-01-609-1074, Part Number 13656860). The Request for Proposal (RFP) includes solicitation numbers SPRRA2-26-R-0006, SPRBL1-25-D-0006, and SPRRA2-26-D-0016. Key details cover NAICS code 334412, packaging requirements (MIL-STD-2073-1, MIL-STD-129, ISPM-15), and transportation specifications (F.O.B. Destination, Inspection Origin, Acceptance Origin). The document also mandates identification of sources of supply per DFARS 252.217-7026 and includes clauses related to the Buy American Act and Trade Agreements (DFARS 252.225-7000, 252.225-7001, 252.225-7020, 252.225-7021). It specifies proposed quantity ranges, including a minimum order quantity (MOQ) of 4 and a Basic Ordering Agreement (BEQ) quantity of 18, along with initial required delivery schedules.
    Enclosure 2, SPRRA2-26-R-0005, outlines the required annual representations and certifications for federal acquisitions, as prescribed in FAR 52.204-8. It specifies various NAICS codes and corresponding small business size standards, ranging from 500 to 1350 employees. Offerors can complete these certifications electronically via the System for Award Management (SAM) website, provided they are currently registered. The document details numerous FAR provisions applicable to solicitations, covering areas such as independent price determination, payments to influence federal transactions, prohibition on contracting with entities requiring certain internal confidentiality agreements, taxpayer identification, women-owned businesses, inverted domestic corporations, responsibility matters, and delinquent tax liability. Other provisions address place of performance, small business programs, equal low bids, previous contracts and compliance reports, affirmative action, veterans' employment reporting, biobased and recovered product certifications, greenhouse gas emissions, and various "Buy American" and trade agreement certifications. Additionally, it includes prohibitions on conducting restricted business operations in Sudan and Iran, and representations for Historically Black Colleges or Universities and Minority Institutions. The document also lists optional certifications to be checked by the Contracting Officer. Offerors must verify that their SAM representations are current, accurate, and complete, or identify any changes.
    Enclosure 3, DFARS 252.227-7017, outlines requirements for identifying and asserting restrictions on the government's use, release, or disclosure of technical data and computer software within federal solicitations. This provision applies to data delivered with other than unlimited rights, excluding restrictions based solely on copyright or, in SBIR contracts, data generated under the resulting contract. Offerors must submit a detailed attachment with their proposals, specifying any asserted restrictions, the basis for these assertions (e.g., private expense development), and the asserted rights category. Failure to provide this information accurately and completely may render an offer ineligible for award. If a contract is awarded, these assertions will be incorporated as an attachment, and the contractor must provide additional information upon request for evaluation by the Contracting Officer. This ensures proper management of intellectual property rights in government contracts.
    The Defense Logistics Agency (DLA) is issuing a sole-source Letter Request for Proposal (RFP) (SPRRA2-26-R-0005) to Raytheon Company for 18 Circuit Card Assemblies (NSN: 5998-01-609-1074, Part Number: 13656860) to support the Patriot Missile System. This Firm Fixed Price (FFP) procurement falls under the "Alpha 6" Long-Term Contract (SPRBL1-25-D-0006). Raytheon must indicate their intent to respond within five business days and submit proposals by January 12, 2025, 5:00 P.M. CST. Proposals must adhere to the umbrella contract's terms, include detailed cost data, and address potential Organizational Conflicts of Interest (OCI). First Article/Production Lot Testing may be required, with waiver options. Contact David Bennett at David.B.Bennett@dla.mil for questions.
    Lifecycle
    Similar Opportunities
    Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is issuing a Request for Proposal (RFP) SPRRA2-26-R-0007, specifically directed to Raytheon Company, for the addition of thirteen National Stock Numbers (NSNs) to an existing contract. This sole-source procurement is critical for supporting the Patriot Missile and other defense systems, requiring firm-fixed pricing for a five-year period and detailed cost data submission. Interested parties must indicate their intent to propose within five business days and submit their full proposals by January 28, 2026, at 5:00 P.M. CST, with all communications directed to the DLA contracting team, specifically to Lewis Fournet at lewis.fournet@dla.mil or David Bennett at david.b.bennett@dla.mil.
    Patriot Spares; Sole Source to Raytheon
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals from Raytheon Company for specific spare parts related to the Patriot missile system. The procurement aims to secure pricing for parts that are not currently covered under an existing contract, necessitating a detailed proposal that includes cost data, subcontractor information, and compliance with various regulations. These parts are critical for maintaining and upgrading defense systems, particularly for operations involving the United Arab Emirates. Interested parties should note that the proposal closing date has been extended to February 6, 2026, at 4:00 PM CST, and must direct inquiries to Kimberly S. Thomas or Anna Phillips via their provided email addresses.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    Alpha VI - Inc 3 add Sole Source Raytheon
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a solicitation for a sole-source contract to Raytheon Company for the addition of parts to the existing Subsumable Contract SPRRA2-25-D-0016, which falls under the Alpha 6 Long-Term Contract Umbrella. This procurement involves seven National Stock Numbers (NSNs) that will support the Patriot Missile and other defense systems, emphasizing the critical nature of these components for military operations. The contract is governed by the basic terms and conditions of the umbrella contract, and interested parties can reach out to Jackson Cannon at jackson.cannon@dla.mil or David Bennett at david.b.bennett@dla.mil for further information. The solicitation is issued under the authority of 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, indicating that only Raytheon can fulfill these specific requirements.
    RFP Routing Logic Radio Interface; Sole Source to Raytheon
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the Routing Logic Radio Interface Units (RLRIU) to support upgrades for the Patriot Radar system, specifically targeting Raytheon as the sole source provider. The procurement aims to acquire essential components for system modernization, including various update kits and associated hardware necessary for maintaining and enhancing the Integrated Fires Mission Command capabilities. This opportunity is critical for ensuring the operational readiness of defense systems, with proposals due by November 4, 2025, at 4:00 p.m. CST, and all communications directed to Kelsey Brown at kelsey.e.brown@dla.mil.
    Poland PATRIOT Unclassified Spares- Sole Source to Raytheon
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Raytheon for replenishment spares to support Poland's PATRIOT Weapon System, specifically for the Radar Set, Launcher Station, and Reconfigurable Table Top Trainer. The procurement includes a detailed list of electronic and electro-mechanical components necessary for operational continuity, as outlined in the attached documents. This opportunity is critical for maintaining the functionality of defense systems, ensuring that essential spare parts are readily available for ongoing military operations. Raytheon must submit its proposal by December 1, 2025, and indicate its intention to propose within five business days, with all communications directed to the DLA contracting team at lauren.tatum@dla.mil or anna.phillips@dla.mil.
    SPRRA226R0003 PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN SYNOPSIS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source contract with Lockheed Martin for the procurement of spare parts supporting the Patriot Missile System. The contract specifically seeks Circuit Card Assemblies and Distribution Boxes, with detailed requirements outlined in the Request for Proposal (RFP), including clauses related to item unique identification, cost data, and delivery schedules. These components are critical for the operational readiness and maintenance of the Patriot Missile System, ensuring its effectiveness in defense applications. Interested parties can reach out to Lewis Fournet at lewis.fournet@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation.
    Circuit Card Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for Circuit Card Assemblies, specifically NSN 5998-01-575-3005, with a manufacturer part number of 12496463. This procurement is a Sole Source contract directed exclusively to DRS LLC, as the U.S. Government lacks the necessary technical data for competitive re-procurement, and it includes an option for an additional quantity of 100%. These circuit card assemblies are critical components used in various defense applications, and the contract will require compliance with stringent packaging, marking, and inspection standards. Interested vendors must submit their proposals electronically by December 31, 2025, and can obtain the solicitation and associated Technical Data Package through SAM.gov, with access requiring a DD 2345 certification. For further inquiries, contact Rosanna Madigan at Rosanna.madigan@dla.mil or call 586-208-0688.
    SPRRA226R0032 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting a sources sought notice for the acquisition of spare missile parts specifically for the Patriot Weapon System. The procurement aims to identify potential manufacturing and supply sources for a Circuit Card Assembly (NSN: 5998-01-441-3184, Part 13507895) to support the U.S. Army Aviation and Missile Life Cycle Management Command (AMCOM) over a one-year period. This acquisition is critical as it involves a sole source procurement due to the unique nature of the item, which cannot be economically reverse-engineered, and is restricted to the actual manufacturer. Interested firms, including small and disadvantaged businesses, are encouraged to contact Lewis Fournet or Becky Brady for further information, although no solicitation is currently available, and responses are voluntary.
    NSN: 5998-01-630-5352, Electronic Components, P/N: 13647234-4
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for electronic components identified by NSN: 5998-01-630-5352 and P/N: 13647234-4, under a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to support the D6-Patriot Weapon System, with a firm-fixed-price structure that requires a minimum of 26 units and a maximum of 54 units, with deliveries expected to commence 300-345 days post-award. Key requirements include First Article Testing (FAT), compliance with Arms Export Control regulations, and adherence to strict packaging and quality standards. Interested parties should contact Delora Crutcher at delora.crutcher@dla.mil or Jean Paul Bretz at jean.bretz@dla.mil for further details, and must be prepared to submit certified cost or pricing data if requested.