This Performance Work Statement (PWS) outlines the requirements for the Netherlands PATRIOT Foreign Military Sales (FMS) NE-B-YBJ, focusing on Engineering Change Proposal (ECP) Upgrades. The project includes new production, hardware, software, and associated services such as inspection, logistics, program management, configuration management, production assurance, verification, hazardous material management, obsolescence, safety, spares, training, and documentation. Key components involve providing Digital Exciter (DEX) Upgrade Kits, DEX Installation Tool Kits, and various ECP hardware kits for the PATRIOT system, including modifications for the ICC, ECS, LS, and RS. The contractor is responsible for logistics, packaging, unique item identification, fielding support, new equipment training, and government property inventory reporting. The PWS also details strict requirements for product assurance, quality systems, supplier quality, non-conforming materials, first article inspection, production qualification, and corrosion prevention. Program management, configuration management, data management, safety, and security protocols are thoroughly defined, including hazardous materials management and various security training requirements. The overall goal is to modernize the Netherlands PATRIOT Weapon System through comprehensive upgrades and support services.
The document details the Netherlands Hardware Production, Services, and Spares Delivery Schedules, along with Government Furnished Property (GFP) and Information (GFI), likely for a PATRIOT missile system upgrade or maintenance program. It outlines various modification kits, including those for Data Link Extensible (DLX), Antenna Support Group (ASG), A49 Processor, Ethernet Converter, and Digital Exciter (DEX), with specific part numbers, quantities, and delivery timelines in Months After Contract Award (MACA). The file also covers installation, checkout, and training services, specifying periods of performance. GFP includes operational equipment, power, BME/BMC, and COMSEC, while GFI pertains to the PATRIOT System Post Deployment Build (PDB-8.1) for software development. The document emphasizes a comprehensive approach to upgrading and maintaining critical defense infrastructure.
This Performance Work Statement outlines the requirements for the Netherlands PATRIOT Foreign Military Sales (FMS) NE-B-YBJ project, focusing on Engineering Change Proposal (ECP) upgrades. The project encompasses new production, hardware, software, and associated services like inspection, logistics, program and configuration management, production assurance, verification, hazardous material management, obsolescence, safety, spares, training, and documentation. Key deliverables include Digital Exciter (DEX) upgrade kits, DEX installation tool kits, and various ECP hardware kits for the PATRIOT system's Radar, Information and Coordination Central, Engagement Control Station, and Launcher Station. The contractor is responsible for all labor, materials, and engineering support, ensuring compliance with specified standards for packaging, unique item identification, fielding, new equipment training, and government property management. The PWS also details stringent requirements for product assurance, program management, configuration management, data management, safety, and security, including classified information handling and mandatory training for contractor personnel.
The Defense Logistics Agency (DLA) has issued a Letter Request for Proposal (RFP) SPRRA2-26-R-0018 to Raytheon Company for the acquisition of production, hardware, software, services, spares, training, and documentation related to Engineering Change Proposal (ECP) Upgrades for the Netherlands PATRIOT Foreign Military Sales (FMS). This requirement will be placed on an existing subsumable contract. Raytheon is requested to indicate their intention to submit a proposal within five business days, with the final proposal due by December 30, 2025, at 4:00 PM CST. The proposal must adhere to the Umbrella Contract SPRBL1-25-D-0006 and include firm-fixed pricing, fully supportable cost data in accordance with FAR 15.408, Table 15-2, and un-sanitized cost breakdowns in Excel. Additionally, the proposal must address indirect expense rates, potential Organizational Conflicts of Interests (OCIs), and compliance with restrictions on covered telecommunications equipment and services. All communications must be in writing to the identified DLA contracting team. The DLA reserves the right to issue a formal solicitation if other suppliers express interest.