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 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.
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.
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.
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.