Alpha V - Inc 20
ID: SPRRA2-25-R-0005Type: 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

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for the addition of six National Stock Numbers (NSNs) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract, specifically supporting the Patriot Missile System. The procurement aims to enhance the availability of circuit card assemblies, with a focus on compliance with military standards and federal regulations, including the Buy American Act. Interested parties must submit their proposals by January 28, 2025, and are encouraged to contact Lewis Fournet at lewis.fournet@dla.mil or by phone at (256) 230-5758 for further information regarding the solicitation process.

    Files
    Title
    Posted
    The document outlines the requirements for a Request for Proposal (RFP) SPRRA2-23-R-0025 related to the procurement of Circuit Card Assemblies. It provides detailed specifications, including National Stock Numbers (NSN), item part numbers, and identification of the approval and manufacturing standards required. The document indicates Raytheon's proposal for a minimum yearly quantity of 5 to 11+ assemblies, along with expectations for minimum and maximum yearly ranges. It also specifies requirements such as the necessity for unique item identification (IUID) and the potential need for a Federal Acceptance Testing (FAT) waiver. Furthermore, industry classifications, including National Industry Classification System (NAICS) codes and the applicable AMRC codes, are included for compliance verification. This RFP signifies the government’s intent to obtain these assemblies while maintaining strict adherence to quality and regulatory standards, demonstrating a commitment to supporting defense and aerospace sectors.
    This document outlines specifications for military and commercial item procurement, focusing on National Stock Number (NSN) 5998-01-675-8370. It includes details on packaging and special marking requirements, referencing standards such as MIL-STD-129 and MIL-STD-2073-1 for labeling and packaging. The document categorizes packaging requirement codes and provides supplemental information to facilitate compliance with military standards. The inclusion of various classification codes indicates a structured approach toward logistics and procurement processes within the military framework. The aim is to ensure that all items meet specific performance criteria and quality standards, supporting the broader objectives of federal contracting and procurement practices.
    The document presents the Annual Representations and Certifications required under FAR 52.204-8 for solicitation SPRRA2-24-R-0025. It outlines the necessary classifications, including the North American Industry Classification System (NAICS) code and small business size standards. Offerors must complete the representations and certifications electronically via the System for Award Management (SAM) unless an alternative option is specified. The document details various certifications applicable depending on the nature of the solicitation, such as compliance with federal transactions and labor laws, contracts related to energy efficiency, and restrictions against contracting with certain entities. It emphasizes that offerors must verify the accuracy and currency of their certifications at the time of submission, noting any changes. This provision underscores the importance of accountability and compliance in federal contracting processes, which are crucial for ensuring fair competition and integrity during proposal evaluations. Overall, the file serves as guidance for contractors to fulfill legal and regulatory requirements essential for engaging in government contracts.
    The document outlines the identification and assertion of use, release, or disclosure restrictions related to technical data and computer software as mandated by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.227-7017. It establishes a framework for offerors participating in government solicitations to specify any constraints on the government’s rights concerning their deliverables. Key sections specify that offerors must detail any technical data or software they intend to restrict, including the basis for such restrictions, whether developed at private expense, and the types of rights claimed. Required information must be included with the offer submission, signed by an authorized official. Failure to comply with these stipulations could lead to offer disqualification. Additionally, awarded contracts must attach the stated assertions, facilitating government review upon request. This provision ensures that proprietary interests are protected while enabling the government to assess the technical capabilities being procured. It highlights the importance of clear communication between the offerors and contracting officers in the context of federal contracts, particularly under the Small Business Innovation Research Program (SBIR).
    The document outlines the details related to the Request for Proposal (RFP) SPRRA2-24-R-0025, specifically focusing on the Schedule of Supplies necessary for acquiring circuit card assemblies, identified by National Stock Number (NSN) 5998-01-675-8370. It includes important tabs such as pricing, delivery schedules, and clause fill-ins relevant to compliance with federal regulations. The RFP clarifies changes to Contract Line Item Numbers (CLINs) for 2024 and 2025, emphasizing periods delineated by specific suffixes. Critical components include the required delivery times and shipping logistics, as well as references to compliance with the Buy American Act and Trade Agreement clauses, which ensure domestically sourced materials and compliance with international agreements. The document serves not only as a procurement guideline but also emphasizes adherence to federal laws concerning acquisition practices, showcasing the government's structured approach in ensuring the availability of essential supplies while maintaining regulatory compliance.
    Lifecycle
    Title
    Type
    Alpha V - Inc 20
    Currently viewing
    Solicitation
    Presolicitation
    Sources Sought
    Similar Opportunities
    Patriot Spares; Sole Source to Raytheon
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for the procurement of specific parts related to the Patriot Radar and BMC4I upgrades, with a sole source designation to Raytheon Company. The Request for Proposal (RFP) seeks pricing for various part numbers, including circuit card assemblies and delay lines, which are critical for military enhancements and operational readiness. Interested parties must adhere to firm-fixed pricing and provide comprehensive cost documentation, with proposals due by March 31, 2025, following amendments that extended the original deadlines. For further inquiries, potential bidders can contact Kelsey Brown at kelsey.e.brown@dla.mil or Anna Phillips at anna.phillips@dla.mil.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under the contract titled "SPRRA225R0002 MLRS SPARES." This procurement is classified as a sole-source requirement to Lockheed Martin and includes stipulations for first article testing, packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors should note that the proposal due date has been extended to April 2, 2025, and must acknowledge the amendments to the solicitation. For further inquiries, potential bidders can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of PATRIOT missile spares, specifically various cable assemblies and circuit card assemblies from Lockheed Martin Missiles & Fire Control. The procurement includes four items identified by National Stock Numbers (NSNs), with specific requirements, projected quantities over three years, and adherence to First Article Testing (FAT) standards for certain components. These electronic components are critical for the operational readiness and maintenance of the PATRIOT missile system, ensuring compliance with armed export control regulations and packaging standards. Interested contractors should contact Hecmari "Mari" Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further details and to participate in the bidding process.
    SAFETY AND ARMING DEVICE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is issuing a Request for Proposal (RFP) for the acquisition of a Safety and Arming Device, specifically for the M-D6 PATRIOT weapon system, under Solicitation Number SPRRA2-25-R-0023. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a requirement for between 194 to 583 units (NSN: 1336-01-671-8243; Part Number: 13705348-01), to be delivered to Chambersburg, PA, with a production lead time of 180 days post-award. The initiative underscores the critical need for these defense components, which are essential for maintaining operational readiness and compliance with stringent safety and export regulations. Interested suppliers must respond within 15 days and can contact Harrison Mayfield at HARRISON.MAYFIELD@DLA.MIL or (256) 303-0364, or Jean Paul Bretz at jean.bretz@dla.mil or (256) 274-7880 for further information.
    Circuit Card Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Circuit Card Assemblies under National Stock Number (NSN) 5998-01-671-8266. This opportunity involves a firm fixed price contract for a total quantity of 10 units, with delivery required within 365 days post-award, and all items subject to origin inspection and acceptance. The circuit card assemblies are critical components used in various military applications, emphasizing the importance of compliance with stringent security measures and supply chain traceability. Interested suppliers should direct inquiries to Kimberly Houghton at kimberly.houghton@dla.mil or Sabrina Krafft at Sabrina.Krafft@dla.mil, and must submit electronic bids by the specified deadlines, noting that costs incurred in proposal preparation will not be reimbursed.
    CIRCUIT CARD ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of 103 circuit card assemblies under solicitation SPRDL1-25-Q-0063. This procurement is critical for military applications, requiring compliance with stringent military standards for packaging, inspection, and traceability to ensure the quality and reliability of the components. Interested vendors must submit their quotations electronically by March 17, 2025, following the amendment that extended the original deadline, and are encouraged to contact Noelle Riggs at noelle.riggs@dla.mil or 586-208-9547 for further details.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Patriot missile spare parts from Lockheed Martin on a sole source basis. This opportunity encompasses a range of electronic components and assemblies, specifically identified by multiple National Stock Numbers (NSNs) and associated with the solicitation SPRRA2-24-R-0016, which includes circuit card assemblies and cable assemblies. The goods are critical for maintaining the operational readiness and reliability of military systems, adhering to stringent military standards for packaging and compliance with export control regulations. Interested vendors should direct inquiries to Hecmari "Mari" Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further details on the bidding process and requirements.
    5 YR IDR; Sole Source to Elbit
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for a five-year, firm-fixed-price, indefinite delivery requirements contract with Elbit Systems of America, aimed at providing spares and repairs for the PEO Missiles and Space Tactical Aviation and Ground Munitions Bradley Program Office. The contract encompasses specific electronic components, including Electronic Modules and various processors, with detailed pricing and compliance documentation required for fiscal years 2025 and 2026. This procurement is crucial for maintaining the operational readiness of military systems, ensuring timely support through reliable supplier partnerships. Proposals must be submitted by February 17, 2025, with a prior written intention required within five business days; for further inquiries, interested parties can contact Kelsey Brown at kelsey.e.brown@dla.mil.
    CIRCUIT CARD ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Circuit Card Assembly, specifically National Stock Number (NSN) 5998-01-571-1050, with a part number of 13002162-1. This opportunity involves a Sole Source, Firm Fixed Price contract for an estimated four base production units, with a 100% option for additional units, emphasizing the need for compliance with military standards in packaging and delivery. The circuit card assembly is critical for military applications, necessitating adherence to stringent regulations, including the prohibition of Class I Ozone-Depleting Substances and specific packaging requirements as outlined in the associated documents. Interested vendors should contact David Edwards at david.edwards@dla.mil or by phone at 586-467-1148 for further details, as this procurement is not set aside for small businesses and requires timely submission of quotations.
    Circuit Card Assembly
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Tinker Air Force Base is soliciting proposals for a firm-fixed-price contract for circuit card assembly, specifically identified by NSN 5998-01-180-7501. The procurement seeks best price and delivery proposals for a quantity of three units, with a requested delivery date set for November 28, 2027, and proposals due by 4:00 PM CST on March 13, 2025. This assembly is critical for defense logistics, ensuring operational readiness and compliance with military standards, including specific quality assurance and packaging requirements. Interested parties can reach out to Chrissy Turnage at christine.turnage@us.af.mil for further details regarding the solicitation.