SAFETY AND ARMING DEVICE
ID: SPRRA2-25-R-0023Type: Sources Sought
Overview

Buyer

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

NAICS

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

GUIDED MISSILE WARHEADS AND EXPLOSIVE COMPONENTS (1336)
Timeline
  1. 1
    Posted Dec 17, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 17, 2024, 12:00 AM UTC
  3. 3
    Due Dec 20, 2024, 5:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply Safety and Arming Devices for the M-D6 Patriot weapon system. The contract will span five years, with a minimum commitment of 81 units and an option for up to 583 units, emphasizing the critical role these devices play in national defense operations. Proposals must adhere to stringent requirements, including certified cost or pricing data, compliance with Federal Acquisition Regulations, and specific packaging standards, with delivery expected to commence 180 days after order receipt. Interested vendors 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 details.

Point(s) of Contact
Files
Title
Posted
Dec 17, 2024, 2:05 PM UTC
The Defense Logistics Agency has issued a Sources Sought Synopsis (SSS) to identify potential sources for manufacturing a Safety and Arming Device pertinent to the Patriot Weapon System. This SSS aims to gather information for market research, focusing on whether future acquisition efforts can be competitive or designated for small businesses. The associated NAICS Code is 336414, with a size standard of 1,300 employees. The agency is particularly interested in all types of businesses, including those classified as 8(a), small, disadvantaged, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned. The document emphasizes that this SSS does not constitute a solicitation and responses are voluntary, with no obligation for the government to award a contract. Interested contractors are encouraged to seek source approval to participate in potential future solicitations. They must demonstrate their capability to meet prequalification standards and manage the entire manufacturing process, including compliance with specific engineering and logistics requirements. This SSS therefore acts as a preliminary step in gauging interest and capacity among suppliers for upcoming defense needs.
Mar 17, 2025, 3:06 PM UTC
The solicitation document aims to establish a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for supplying Safety and Arming Devices essential for the M-D6 Patriot weapon system, exclusively sourced from L3 Harris Fuzing and Ordinance Systems, Inc. It specifies a five-year contracting period segmented into annual production quantities, with commitments for a minimum of 81 units and an option for a maximum of 583 units. Detailed instructions on proposal submission, including the requirement for certified cost or pricing data, are emphasized, along with unique item identification protocols. The contract will also enforce stringent packaging standards as per MIL-STD-129 and adherence to the International Standards for Phytosanitary Measures (ISPM) 15 for wood packaging materials. The document outlines inspection procedures at the origin, acceptance requirements, and delivery schedules requiring commencement 180 days after order receipt. Furthermore, it reinforces compliance with numerous Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, highlighting the overarching compliance framework within which the vendor must operate. Overall, this RFP sets forth clear expectations for contract performance, payment procedures, and successful proposal validation, ensuring that contractual commitments align with national defense supply chain needs.
Feb 18, 2025, 3:05 AM UTC
The document outlines a federal Request for Proposal (RFP) for the acquisition of a SAFETY AND ARMING DEVICE, designated under Solicitation Number SPRRA2-25-R-0023, pertinent to the M-D6 PATRIOT weapon system. The procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, seeking between 194 to 583 units (NSN: 1336-01-671-8243; Part Number: 13705348-01), with an anticipated delivery location in Chambersburg, PA. The response period is set at 15 days, with production lead time expected to be 180 days after award. The document emphasizes the necessity of engineering source approval due to unique manufacturing capabilities essential for quality control. All offers will be considered from eligible suppliers, with strict export regulations in place under the Arms Export Control Act and the Export Administration Act, restricting dissemination abroad. This initiative signifies the government's effort to source vital defense components while maintaining compliance with governmental and safety standards.
Lifecycle
Title
Type
Solicitation
Combined Synopsis/Solicitation
SAFETY AND ARMING DEVICE
Currently viewing
Sources Sought
Similar Opportunities
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 solicitation, designated SPRRA224R0081, includes a five-year indefinite delivery requirement and mandates compliance with strict military specifications, including First Article Testing (FAT) and detailed packaging and marking standards. This procurement is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. Interested contractors must submit their proposals by April 30, 2025, and can direct inquiries to Theresa Beshienich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil.
NSN 4935-01-664-2135 ACTUATOR,ELECTRO-ME, WSDC 39A,PATRIOT MISSLIE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 210 units of the Actuator, Electro-Mechanical, NSN 4935-01-664-2135, with the part number J16116-G. This equipment is critical for guided missile maintenance, repair, and checkout, underscoring its importance in defense operations. The solicitation will be issued on April 25, 2025, with a closing date of May 16, 2025, and interested vendors are encouraged to review the solicitation details on the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Arnaldo Serrano at 804-279-2023 or via email at Arnaldo.Serrano@dla.mil.
HELLFIRE & JAGM MISSILE SPARES ‐ REPRICE - SOLICITATION
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the supply of HELLFIRE and JAGM missile spares, with a focus on components related to missile systems, specifically sourced from Lockheed Martin. The procurement is structured as a firm fixed-price contract and emphasizes compliance with stringent quality and testing requirements, including First Article Tests (FAT) and Production Lot Testing (PLT). This initiative is crucial for maintaining operational capabilities within the U.S. Army's aviation and missile systems. Interested parties should note that the proposal due date has been extended to May 20, 2025, and must acknowledge receipt of the amendments to avoid rejection of their offers. For further inquiries, potential bidders can contact Scott Lamothe at scott.lamothe@dla.mil or Becky Brady at becky.brady@dla.mil.
FMS - Multiple Countries; Sole Sourced to Raytheon
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure specific part numbers (P/Ns) to support the Patriot Missile System, with the procurement being sole-sourced to Raytheon. The acquisition involves pricing various electronic assemblies, including high-power traveling wave tubes and circuit card assemblies, which are critical for advanced defense and communication applications. This procurement is part of a new indefinite delivery requirements contract aimed at supporting the modernization efforts of the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Interested parties must direct their requests for solicitation to Kelsey Brown via email at kelsey.e.brown@dla.mil, and note that the closing date for submissions is estimated and may be adjusted based on the solicitation release date.
Circuit Card Assembly, NSN: 5998-01-609-1074, P/N: 13656860
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking proposals for a one-time procurement of Circuit Card Assemblies, specifically identified by National Stock Number (NSN) 5998-01-609-1074, for the MD-6 Patriot Missile System. The contract will involve the acquisition of up to eight units, which will require a mandatory First Article Test by the contractor, emphasizing the critical nature of compliance and quality in military procurement. This opportunity is exclusively available to Mercury Systems, Inc., due to the absence of technical data or rights for alternative suppliers, and interested firms must seek engineering source approval while adhering to stringent export control regulations. For further inquiries, potential offerors can contact Delora Crutcher or Thomas Gunter via email at delora.crutcher@dla.mil and thomas.gunter@dla.mil, respectively.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals from small businesses for a firm fixed-price contract related to the procurement of beam hoisting systems, specifically for the Patriot weapon systems. The solicitation outlines requirements for submitting quotations, including delivery timelines and compliance with military standards, such as performing a Government First Article Test. These hoisting systems are critical for military operations, ensuring the safe and efficient handling of equipment. Interested contractors must acknowledge receipt of the solicitation amendments and submit their offers by May 9, 2025, at 5:00 PM Central Standard Time. For further inquiries, potential bidders can contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various spares related to the Multiple Launch Rocket System (MLRS) under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes specific terms 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 the timely delivery of high-quality defense-related components, with delivery timelines ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by June 5, 2025, and can direct inquiries to primary contact Mari Bretz at hecmari.bretz@dla.mil or secondary contact Becky Brady at becky.brady@dla.mil.
UNIT DEVICE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of unit devices under a fixed-price contract. The primary objective of this solicitation is to ensure compliance with various quality and inspection requirements, including unique identification and valuation of items, as well as adherence to higher-level contract quality standards. These goods are critical for maintaining operational readiness and supporting defense logistics operations. Interested vendors can reach out to Brian Blanco at 215-737-6795 or via email at BRIAN.BLANCO@DLA.MIL for further details, with the solicitation being issued under Emergency Acquisition Flexibilities (EAF).
M299 Longbow Hellfire - Sole Source to Lockheed Martin
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals from Lockheed Martin Corporation for the procurement of production, spare parts, and engineering services related to the M299 Longbow Hellfire Launcher. This opportunity is structured under an existing Umbrella Contract and primarily involves a Firm Fixed Price contract, with certain components subject to Cost Plus Fixed Fee arrangements, emphasizing the need for detailed cost breakdowns and compliance with federal regulations. The M299 Longbow Hellfire is a critical component in military operations, enhancing the capabilities of armed forces with advanced missile technology. Interested parties must confirm their intent to respond within five business days, with final proposals due by April 25, 2025. For further inquiries, contact Kelsey Brown at kelsey.e.brown@dla.mil.
SPRRA224R0088 MLRS SPARES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.