120 KB
Feb 6, 2025, 9:06 PM UTC
The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for manufacturing and supplying a Circuit Card Assembly (NSN: 5998-01-208-2475, Part Number: 11440262) for the PATRIOT weapon system. There is currently no solicitation available, and requests for one will not be addressed. The DLA is particularly interested in various small business classifications, including 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned businesses. Firms must meet specific prequalification requirements and demonstrate the ability to meet special manufacturing and inspection standards essential for the item’s function and integrity. While this is an informational notice and does not constitute a solicitation, interested contractors are encouraged to reach out to DLA for pre-approval to compete in future solicitations. The document also emphasizes compliance with export control regulations, requiring relevant certifications for the handling of technical data. This initiative reflects DLA's intention to ensure a competitive environment while identifying qualified sources capable of fulfilling strategic military needs.
121 KB
Feb 13, 2025, 7:07 PM UTC
The document is a Sources Sought Synopsis (SSS) issued by the Defense Logistics Agency to gather information for market research on potential sources for the manufacturing of a Circuit Card Assembly, specifically identified by NSN: 5998-01-208-2475, Part Number: 11440262, in support of the PATRIOT weapon system. This effort is to explore whether future procurements can be competitive or set aside for small businesses, as specified under NAICS Code 334412. The SSS indicates that manufacturing requires specialized testing and inspection facilities to ensure high-quality standards. It outlines the government's interest in engaging various types of businesses, including 8(a), small disadvantaged, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned concerns. Additionally, it emphasizes the need for potential contractors to meet prequalification requirements and possess the necessary engineering capabilities. Notably, the document states it does not represent a solicitation or guarantee of future contracts and includes export control restrictions regarding technical data. This SSS is primarily for informational purposes, intending to inform companies about potential acquisition opportunities.
125 KB
Apr 21, 2025, 3:06 PM UTC
The document is a Request for Quotation (RFQ) for a firm fixed-price one-time buy of circuit card assemblies, explicitly sole-sourced from Raytheon Company for the MD6 Patriot Missile System. It outlines the RFQ's administrative details, including submission deadlines, conditions for quotations, and Buyer contact information. Notable provisions include waiver of first article testing for units priced under $500,000 and stringent export control requirements due to the sensitive nature of the technical data involved. The document incorporates detailed specifications about the product, inspection, acceptance standards, and delivery terms.
Additional critical information pertains to unique item identification protocols, required labeling, and compliance with specific quality standards such as ANSI/ISO/ASQ 9001:2015. The RFQ emphasizes the necessity for contractors to adhere to regulations on counterfeit prevention and the treatment of electronic and electrical components, with a clear directive on wood packing material compliance. The overarching aim is to procure crucial components efficiently while ensuring stringent adherence to quality and safety standards essential for military applications. This RFQ signifies the government's request for specific military supplies while guaranteeing compliance with federal regulations and standards relevant to defense procurement.
12 KB
Apr 21, 2025, 3:06 PM UTC
This document is an amendment to Solicitation SPRRA2-25-Q-0021 issued by the Defense Logistics Agency, concerning a firm fixed price contract for supply orders related to the Patriot weapon system. The main purpose of Amendment 0001 is to extend the closing date for the solicitation, now scheduled for 12:00 PM Central Daylight Time (CDT) on June 26, 2025. All other terms and conditions of the original solicitation remain unchanged. Interested parties must acknowledge the receipt of this amendment in their submissions to avoid rejection of offers. The amendment includes fields for contractor details, contracting officer information, and obligatory signatures to validate the changes made. Overall, the document serves to officially communicate timelines and procedural requirements to potential contractors for compliance in the bidding process.