ContractSolicitation

Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs

DEPT OF DEFENSE SPRRA226R0007
Response Deadline
Jan 28, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
334412
Bare Printed Circuit Board Manufacturing
PSC Code
5998
ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE

Solicitation Documents

5 Files
Synopsis_SPRRA2-26-R-0007.pdf
PDF164 KB10/15/2025
AI Summary
The Defense Logistics Agency (DLA), Redstone Arsenal, Alabama, plans a sole-source, 3-year Firm Fixed Price (FFP) Indefinite Delivery Requirement (IDR) contract for Raytheon Patriot Missile Weapon Systems parts. Raytheon Company (CAGE 05716), the original equipment manufacturer (OEM), is the only known source for these proprietary parts, aligning with FAR 6.302-1(a)(2). The contract covers design, build, supply, inventory management, forecasting, distribution, storage, reliability improvements, engineering maintenance, and design control. Deliveries will go to AMCOM Fleet Management Center AFMC, Fort Bliss, TX. Interested offerors must meet prequalification requirements, and firms able to produce the items are encouraged to seek source approval via the U.S. Army Combat Capabilities Development Command Aviation & Missile Center's System Readiness Directorate. Foreign firms must process requests through their respective embassies. The acquisition may involve technical data restricted by export control acts.
Letter RFP_SPRRA226R0007.pdf
PDF464 KB10/30/2025
AI Summary
The Defense Logistics Agency (DLA) is issuing Solicitation SPRRA2-26-R-0007, a Letter Request for Proposal (RFP), to Raytheon Company. This sole-source RFP aims to add thirteen NSN/Part Numbers to the existing Subsumable Contract SPRRA2-25-D-0016, under the Alpha 6 Long-Term Contract Umbrella Contract SPRBL1-25-D-0006. These parts are critical for supporting the Patriot Missile and other systems. Raytheon is requested to indicate their intent to submit a proposal within five business days and submit the full proposal by January 28, 2026, 5:00 P.M. CST. The proposal must adhere to the umbrella contract's terms, include firm-fixed pricing for five years, and provide detailed cost data in a Microsoft Excel file, along with supporting documentation for cost analysis and indirect expense rates. The RFP also outlines specific clauses regarding pass-through charges, item unique identification, data rights, organizational conflicts of interest, and small business subcontracting plans. All communications must be directed to the identified DLA contracting team.
Enclosure 2 Required Reps and Certs (FAR 52.204-8).docx
Word21 KB10/30/2025
AI Summary
Enclosure 2, titled “Required Reps and Certs (FAR 52.204-8),” outlines the annual representations and certifications necessary for federal government solicitations, specifically referencing SPRRA2-26-R-0007. It specifies the NAICS codes (334412, 332710, 335931, 335311) and corresponding small business size standards (750, 500, 600, 800 employees) for this acquisition. The document details how offerors can utilize their System for Award Management (SAM) registration to fulfill these requirements electronically. It lists numerous FAR provisions applicable to solicitations, covering areas such as independent price determination, payments to influence federal transactions, prohibitions on certain 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 law compliance (with a note on an enjoined provision), biobased and recovered product certification, greenhouse gas emissions, Buy American and Trade Agreements acts, and prohibitions on business with Sudan and Iran. Additionally, it mentions provisions for Historically Black Colleges or Universities and Minority Institutions. The document also includes a section for contracting officers to check additional applicable representations or certifications. Offerors are required to verify their SAM-posted representations and certifications are current, accurate, complete, and applicable, allowing for the identification of any changes.
Enclosure 1 Identification of Requirements (IOR) and Proposal Information_KJ.xlsx
Excel109 KB10/30/2025
AI Summary
This document is a protected source selection information (SSI) file from the DLA, outlining requirements for various military components under Solicitation Numbers SPRRA2-26-R-0007, SPRBL1-25-D-0006, and SPRRA2-26-D-0016. It details 13 line items, including ventilators, circuit card assemblies, and antenna elements, specifying their National Stock Numbers (NSN), part numbers, and NAICS codes. The file also provides comprehensive packaging requirements (MIL-STD-2073-1 and MIL-STD-129), estimated unit packaging weights, dimensions, and preservation levels. Additionally, it mandates compliance with DFARS clauses related to the Buy American Act and Trade Agreements, and requires offerors to identify sources of supply, including whether items are commercial products and if the source is the actual manufacturer. The document specifies proposed quantity ranges (MOQ and BEQ) and initial required delivery schedules, highlighting the need for equal quantities across years for each part.
Enclosure 3 Data Rights Assertions DFARS 252.227-7017.docx
Word19 KB10/30/2025
AI Summary
The document, DFARS 252.227-7017, outlines requirements for offerors to identify and assert restrictions on the government's use, release, or disclosure of technical data and computer software in response to federal solicitations like SPRRA2-26-R-0007. This provision applies to data and software delivered with other than unlimited rights, excluding restrictions based solely on copyright or, for SBIR contracts, data generated under the resulting contract. Offerors must submit a formatted attachment detailing asserted restrictions, including the data/software, basis for assertion (typically private expense development), asserted rights category, and the asserting party. Failure to provide a complete and signed assertion may lead to ineligibility for award. If a contract is awarded, these assertions will be incorporated as an attachment, and offerors must provide additional information upon request for evaluation.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 14, 2025
deadlineResponse DeadlineJan 28, 2026
expiryArchive DateFeb 12, 2026

Agency Information

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

Point of Contact

Name
Lewis Fournet

Place of Performance

Andover, Massachusetts, UNITED STATES

Official Sources