ContractSolicitation

Multiple NSN/PNs for Patriot Missile

DEPT OF DEFENSE SPRRA2-25-R-0107_LETTER_RFP_MULTIPLE_PNs_PATRIOTMISSILE
Response Deadline
Dec 1, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Defense Logistics Agency (DLA) is issuing a solicitation for multiple National Stock Numbers (NSNs) and part numbers related to the Patriot Missile system, specifically under solicitation number SPRRA2-25-R-0107. This procurement aims to add thirteen components to an existing long-term contract, which will support critical defense systems, including power supplies, microwave assemblies, and guidance sections. The selected contractor, Raytheon Company, is required to submit a proposal by December 1, 2025, with firm-fixed pricing for a five-year period, and must adhere to specific requirements regarding cost documentation and data rights assertions. Interested parties can contact Kereen Johnston at kereen.johnston@dla.mil for further information.

Classification Codes

NAICS Code
336419
Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
PSC Code
1420
GUIDED MISSILE COMPONENTS

Solicitation Documents

4 Files
Enclosure 3 Data Rights Assertions DFARS 252.227-7017_INC 5.pdf
PDF96 KB11/13/2025
AI Summary
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. This provision applies to data and software delivered with other than unlimited rights, excluding restrictions based solely on copyright. Offerors must identify any asserted restrictions in a specific format as an attachment to their offer, detailing the data/software, basis for assertion (typically private expense development), asserted rights category, and the asserting party. Failure to provide this information may render the offer ineligible. If a contract is awarded, these assertions will be attached to the contract, and the Offeror must provide additional information upon request to allow for evaluation of any listed assertion.
Enclosure 2 Required Reps and Certs (FAR 52.204-8)_INC 5.pdf
PDF137 KB11/13/2025
AI Summary
Enclosure 2: Required Reps and Certs (FAR 52.204-8) outlines the annual representations and certifications necessary for federal government solicitations, particularly within the context of RFPs and grants. The document details applicable NAICS codes and small business size standards, ranging from 500 to 1350 employees, including specific criteria for non-manufacturing offerors. It clarifies how offerors can utilize their System for Award Management (SAM) registration, indicating that paragraph (d) applies for those registered, allowing them to forgo individual certifications within the solicitation if their SAM information is current. The enclosure lists numerous FAR provisions applicable to solicitations, covering areas such as independent price determination, payments to influence federal transactions, internal confidentiality agreements, taxpayer identification, women-owned businesses, inverted domestic corporations, responsibility matters, delinquent tax liability, place of performance, small business programs, equal low bids, previous contracts and compliance reports, affirmative action, veterans' employment, labor laws, biobased products, recovered materials, greenhouse gas emissions, and various
Enclosure 1 Identification of Requirements (IOR) and Proposal Information_INC 5.xlsx
Excel115 KB11/13/2025
AI Summary
The document is a protected DLA (Defense Logistics Agency) file containing Controlled Unclassified Information (CUI) and Source Selection Information (SSI) as per FAR 2.101 & 3.104. It outlines requirements for various military components, identified by National Stock Numbers (NSN) and part numbers, including electron tubes, power supplies, microwave assemblies, amplifiers, and guided missile sections. The file details packaging requirements (MIL-STD-2073-1 Codes), transportation, inspection points, and compliance with DFARS clauses such as Buy American Act and Trade Agreements. It also includes sections for proposed quantity ranges (Minimum Order Quantity and Best Estimated Quantity) and delivery schedules, indicating a request for proposal (RFP) process for these critical defense items. The document emphasizes strict adherence to CUI and SSI protocols throughout.
Letter RFP_SPRRA2-25-R-0107_18AUG2025.pdf
PDF619 KB11/13/2025
AI Summary
The Defense Logistics Agency (DLA) has issued a Letter Request for Proposal (RFP) SPRRA2-25-R-0107 to Raytheon Company, a sole-source solicitation under the Alpha 6 Long-Term Contract (LTC) Umbrella Contract SPRBL1-25-D-0006. This RFP seeks to add thirteen National Stock Number (NSN)/Part Numbers (listed in Enclosure 1) to support Patriot Missile and other systems. Raytheon is required to indicate its intent to propose within five business days and submit a full proposal by December 1, 2025, 5:00 P.M. CST. The proposal must adhere to the Umbrella Contract's terms, provide Firm-Fixed-Pricing for five years, and include detailed cost/price supporting documentation in Microsoft Excel format, adhering to FAR 15.408 Table 15-2. Key requirements include providing cost data, subcontractor analysis, indirect expense rates, and a sanitized cost breakdown. Additional terms cover limitations on pass-through charges, unique item identification, data rights assertions, and organizational conflict of interest (OCI) identification. All communications must be directed to the specified DLA contracting team.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 18, 2025
amendedLatest Amendment· Description UpdatedNov 13, 2025
deadlineResponse DeadlineDec 1, 2025
expiryArchive DateDec 16, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA AVIATION AT HUNTSVILLE, AL

Point of Contact

Name
Kereen Johnston

Place of Performance

Redstone Arsenal, Alabama, UNITED STATES

Official Sources