Compressor-Dehydrator - Multiple NSNs/Multiple PNs
ID: SPRRA2-24-R-0042Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Process Furnace and Oven Manufacturing (333994)

PSC

DRIERS, DEHYDRATORS, AND ANHYDRATORS (4440)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for the addition of thirteen National Stock Numbers (NSNs) to the Depot Level Repairable contract with Raytheon Company, specifically to support the Patriot Missile System. This procurement is a sole-source requirement, emphasizing compliance with existing contract provisions and government specifications, including adherence to the Buy American Act and trade agreements. The successful contractor will be responsible for delivering various components, with a focus on timely delivery and regulatory compliance, as outlined in the detailed Request for Proposal (RFP) documents. Proposals must be submitted by September 4, 2024, with inquiries directed to Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file SPRRA2-24-R-0042 outlines the identification of requirements for specific components related to the Alpha V Contract, which is set to expire in September 2025. It details various Line Item Numbers (LIN) that specify the items needed, such as "Cable Assembly Power", "Compressor-dehydrator", and "Divider, Power, Radio," along with their respective National Stock Numbers (NSN) and part numbers. The document lists multiple vendors, showing their capabilities, including employee numbers, expiration dates of their capabilities, and whether specific requirements such as the FAT Waiver and unique identifiers are needed. The RFP serves as a solicitation for these components, indicating projected quantities for 2024 and 2025, with a reference to Raytheon's proposed pricing points. The detailed layout supports compliance with federal procurement processes and adheres to government contracting guidelines. This summary reinforces the U.S. government's systematic approach to acquiring necessary materials and confirms the continuity of supply as existing contracts reach their conclusion.
    The government document details the identification of requirements for military and commercial items, including a list of part numbers and their respective National Stock Numbers (NSNs). It outlines packaging specifications under MIL-STD-129 and MIL-STD-2073-1 standards, detailing weight, dimensions, and preservation levels for various items categorized as military. The document includes technical codes related to packaging, such as ISPM-15 compliance for wood packing materials, and specifies various conditions for special markings and intermediate containers. The primary focus is on ensuring that all supplied materials and packaging meet the required military specifications to enhance logistical efficiency and compliance with established standards. This RFP serves to solicit proposals from vendors capable of meeting these strict guidelines and facilitating the procurement of essential military components.
    The document details the required representations and certifications for government contracting, specifically in relation to the Annual Representations and Certifications (FAR 52.204-8). It outlines the acquisition's NAICS code, small business size standards, and the process by which offerors can acknowledge compliance with specific regulatory clauses. The provisions listed cover various certifications related to price determination, compliance with federal transaction regulations, small business representations, and ecological considerations, among others. The offeror must provide confirmation that their electronic representations and certifications submitted via the System for Award Management (SAM) website are current and accurate. This document serves as a critical component in federal contracting procedures, ensuring transparency, accountability, and adherence to legal and ethical standards during the bidding and procurement processes, thereby facilitating fair competition and responsible government spending. Overall, it emphasizes the importance of compliance for offerors in participating in federal contracting opportunities.
    The document outlines the identification and assertion requirements for use, release, or disclosure restrictions related to technical data and computer software under federal solicitations, particularly focusing on DFARS 252.227-7017. It details that offerors must specify any technical data or software they intend to deliver with restrictions, including those developed at private expense. Offerors are instructed to submit a signed assertion identifying the technical data or software, the basis for asserted rights, and applicable restrictions. Failure to provide this information may disqualify an offeror from receiving an award. If a contract is granted, the assertions become part of the contract, and offerors must provide relevant information upon request by the Contracting Officer. This provision ensures clarity in intellectual property rights and protects the interests of both the government and the offerors in federal contracting, particularly in the context of government RFPs and grants.
    The document details a federal Request for Proposal (RFP) from Raytheon, specifically regarding various parts and components identified by their National Stock Numbers (NSN) and part numbers. It outlines the schedule for supply delivery for two ordering periods, ranging from January 1, 2024, to September 26, 2025. A comprehensive list of parts is provided, along with required quantities, delivery timelines, and unit pricing for each component. The document also specifies government-required delivery schedules, breaking down the expected delivery days after the order date for each part. Furthermore, it includes clauses related to inspections and compliance with the Buy American Act and trade agreements, indicative of the regulatory framework governing federal contracts. This RFP reflects Raytheon's competitive environment, emphasizing compliance with government specifications, timely delivery schedules, and adherence to regulations. It serves as an essential guideline for potential suppliers bidding on the contract, emphasizing the importance of meeting stringent government procurement standards.
    The Defense Logistics Agency (DLA) issued a Request for Proposal (RFP) to Raytheon Company for the addition of thirteen National Stock Numbers (NSNs) to the Depot Level Repairable contract to support the Patriot Missile System. This addition is authorized under existing contract provisions. Proposals must be submitted by September 4, 2024, 5:00 P.M. CST, with an initial intention notice required within five business days. The RFP outlines specific instructions, including adherence to the original contract terms, and prohibits any additional clauses. Proposals should include firm-fixed pricing, a detailed cost breakdown, and documentation supporting indirect expense rates. Key timeline and submission guidelines are emphasized, along with requirements for subcontractor evaluations. The RFP also mandates compliance with FAR and DFARS clauses, with a focus on avoiding organizational conflicts of interest. Finally, communication must be restricted to designated contract specialists to prevent conflicts. This solicitation underscores the DLA's commitment to procurement integrity and clarity in the acquisition process for defense-related services and products.
    Lifecycle
    Similar Opportunities
    Multiple NSNs & PNs in support of the Patriot Weapons System
    Active
    Dept Of Defense
    The U.S. Defense Logistics Agency (DLA) is sole-sourcing a federal contract to Raytheon Company, the original equipment manufacturer (OEM), for critical components in support of the Patriot Missile System. The contract aims to add seven new National Stock Numbers (NSNs) to the existing DLA-Raytheon Depot Level Repairable (DLR) contract. The scope of work for Raytheon involves supplying the DLA with the specified electronic components and assemblies, including crystal oscillators, circuit card assemblies, and receiver-transmitter subassemblies. These components are crucial for military communications and electronics systems. Raytheon must ensure strict adherence to quality standards and pricing requirements as outlined in the Enclosure 1 document. The DLA seeks to extend and expand its current Alpha V Contract with Raytheon, which is set to expire in September 2025, in order to meet ongoing and future demands for these essential parts. The file titled "Enclosure 1 Identification of Requirements (IOR).xlsx" provides a comprehensive list of NSNs, National Item Identification Numbers (NIIN), and part numbers, along with corresponding descriptions and quantity specifications. The selection criteria for awarding the contract appear to center around pricing and the ability to meet the required quantities, with the government prioritizing stable supply chain management. The contract is expected to cover procurements targeted for 2024 and 2025. Any questions regarding this opportunity should be directed to Kereen Johnston at kereen.johnston@dla.mil or J. Adam Henson at Jeffrey.Henson@dla.mil.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of Patriot Missile spares, specifically targeting multiple National Stock Numbers (NSNs) under the sole source contract with Lockheed Martin. This procurement aims to add parts to the subsumable contract for the Patriot Missile Weapon System, covering fiscal years 2025 through 2027, and is critical for maintaining the operational readiness of this defense system. Interested contractors must adhere to stringent requirements, including providing detailed cost and pricing data, compliance with military packaging standards, and addressing export control regulations. Proposals are due by June 20, 2024, and interested parties should direct inquiries to Becky Brady at becky.brady@dla.mil or David Bennett at David.B.Bennett@dla.mil.
    PATRIOT Missile & RTX Technologies, Inc. Systems & Production Support IDIQ
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking to identify potential sources for a non-competitive acquisition related to the PATRIOT Missile systems and support services from Raytheon Company, a subsidiary of RTX Technologies, Inc. The procurement aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for performance-based supply chain management and logistics support, which includes maintenance planning, inventory management, and sustainment engineering for Raytheon-manufactured systems. This initiative is critical for ensuring the operational readiness and reliability of defense systems, with the anticipated contract including a five-year base period and three five-year option periods. Interested parties must submit their responses by October 2, 2024, at 4:00 PM Eastern Standard Time, via encrypted email to Johnna Bursk at johnna.bursk@dla.mil, referencing SPRBL1-RTX-2025.
    PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN MISSLES & FIRE CONTROL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Patriot missile spare parts from Lockheed Martin Corporation, under a sole-source contract. This procurement, identified as solicitation SPRRA224R0023, aims to add six parts to the existing Captains of Industry contract for Fiscal Years 2025-2027, specifically supporting the Patriot (M-D6) Weapon System. The selected contractor will be responsible for providing detailed cost proposals, including supporting documentation and compliance with military standards for packaging and delivery. Interested parties must submit their proposals by the revised deadline of September 26, 2024, and can direct inquiries to Becky Brady or Kiaunna Blevins via their provided email addresses.
    SPRRA224R0054 PATRIOT SPARES
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for a firm-fixed-price contract related to the procurement of circuit card assemblies and associated services. The primary objective is to acquire two types of circuit card assemblies, specifically NSN 5998-01-244-9896 and NSN 5998-01-443-5495, which require electronic fabrication and bar code markings, with production quantities of five and eight units, respectively. These assemblies are critical for defense applications, necessitating compliance with stringent quality standards and testing protocols, including First Article Tests (FAT). The proposal submission deadline has been extended to September 24, 2024, and interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    TARGET ACQUISITION
    Active
    Dept Of Defense
    The Department of Defense (DoD) seeks offers for a federal contract, titled "TARGET ACQUISITION." This opportunity falls under the NAICS code 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a focus on electronic countermeasures and quick reaction capability equipment. The main objective is to procure 20 units of NSN: 5865-01-646-9244, a specialized item manufactured by Raytheon Company for military use. The item, identified by Part Number 4971752-3, requires a delivery schedule of 90 days. Offerors should be aware that the solicitation will be conducted through the Defense Industrial Basic Supply Management (DIBBS) system. The government will evaluate offers based on a combination of factors, including price, past performance, and delivery speed. Offerors should be prepared to participate in a reverse auction, where their proposed prices will be anonymously disclosed to other participants. The auction format allows for real-time price discussions and negotiations. Interested parties should submit their offers through the DIBBS system, which is the preferred method. Alternatively, emails (not exceeding 15MB) or hard copy proposals can be sent to the primary contact mentioned below. All offers must be in English and denominated in US dollars. The solicitation will be available on the DIBBS website from August 9, 2024. Offerors should carefully review this solicitation for detailed requirements and instructions. Primary Contact: Cerita Sellers Cerita.Sellers@dla.mil (614) 692-4005 For further guidance on submitting offers, refer to the provided DIBBS link: https://www.dibbs.bsm.dla.mil/refs/help/Solicitations/DIBBS-Upload-Offer-User-Help.pdf Ensure that all eligibility criteria and requirements are met before submitting an offer.
    SPE4A724R0310 MULTIPLE NSNS / MULTIPLE WEAPON SYSTEMS
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency (DLA) Aviation is seeking proposals for a multiple NSNS Indefinite Quantity Contract (IQC) for aircraft maintenance and repair specialized equipment. This procurement involves 43 different National Stock Numbers (NSNs), each evaluated individually. The focus is on obtaining specific aircraft and engine components, along with associated gauges and assemblies, based on the provided part numbers. The scope of work involves the supply of these precise components, with strict adherence to technical specifications and quality standards. Offerors must demonstrate their ability to meet the required delivery timelines and fulfill the specified quantities. This opportunity is open to all eligible contractors, with no restrictions. However, the export-controlled items included in the procurement require contractors to be certified by the DOD to access unclassified data. This certification is obtained through the submission of a DD Form 2345. Funding for this IQC is estimated at $5 million over a five-year base period, with the possibility of extensions. The contract will be awarded based on the evaluation of factors such as delivery timeframes, technical compliance, and cost effectiveness. Interested parties should download the solicitation from the DLA Internet Bid Board System (DIBBS) on or about August 16, 2024. The submission deadline will be outlined in the solicitation document, which will include detailed instructions on the format and any additional requirements. For further clarification or questions, contractors should contact Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Please note that the solicitation will be issued as an unrestricted procurement, and the export of some items may be controlled under the International Traffic in Arms Regulations (ITAR).
    CHAIN ASSEMBLY, SINGLE; MISSILE, PATRIOT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Chain Assembly, Single Leg, specifically for the Patriot Missile system. This contract, which is a Historically Underutilized Business Zone (HUBZone) Small Business Set-Aside, requires delivery of 1,051 units over a five-year period, with a critical application and configuration control item designation. Interested HUBZone small businesses must submit their proposals by fax and complete the solicitation available on the DLA Internet Bid Board System, with the solicitation expected to be issued around August 29, 2024, and closing on or about September 30, 2024. For further inquiries, potential offerors can contact Dorothy Ferebee at dorothy.ferebee@dla.mil or by phone at 804-279-3540.
    : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to procure MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION, GUI SPARES (NSN 1420-01-540-8608) from LOCKHEED MARTIN. This item is typically used for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The procurement is for a three-year period of performance. The item is restricted to LOCKHEED MARTIN COMPANY. Interested firms must meet prequalification requirements to be eligible for award. The closing date for the solicitation is estimated and may be adjusted. The SAM.GOV website will be used for issuing the solicitation and related information.
    UNRESTRICTED; Radome, NSN 1560-01-546-5426, PR 7005751954, PN 092-00663-001
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 31 units of a Radome, identified by NSN 1560-01-546-5426 and Part Number 092-00663-001. This acquisition is classified as unrestricted, with the requirement for delivery to Bremerton, WA, within 293 days after receipt of order, and is subject to a firm-fixed price contract. The approved source for this item is Meggitt Inc., and any other manufacturers interested in submitting proposals must provide a complete source approval package. Interested parties should note that the solicitation will be issued on September 24, 2024, with a closing date anticipated for October 9, 2024. For further inquiries, potential bidders can contact Christy Oakley at Christy.Oakley@dla.mil or by phone at 804-279-5388 or 804-691-3669.