Netherlands PATRIOT Engineering Change Proposal Upgrades; sole Source to Raytheon
ID: SPRRA2-26-R-0018Type: Presolicitation
Overview

Buyer

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

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for Engineering Change Proposal (ECP) upgrades for the Netherlands PATRIOT Foreign Military Sales (FMS) program, with Raytheon as the sole source contractor. The procurement encompasses production, hardware, software, and associated services, including logistics, training, and documentation, aimed at modernizing the PATRIOT Weapon System through comprehensive upgrades and support services. This initiative is critical for maintaining and enhancing the operational capabilities of the PATRIOT missile system, ensuring its effectiveness in defense operations. Interested parties should direct inquiries to Kelsey Brown at kelsey.e.brown@dla.mil, with proposals due by December 30, 2025, at 4:00 PM CST, adhering to the specified contract guidelines.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Similar Opportunities
    Patriot Spares; Sole Source to Raytheon
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals from Raytheon Company for specific spare parts related to the Patriot missile system. The procurement aims to secure pricing for parts that are not currently covered under an existing contract, necessitating a detailed proposal that includes cost data, subcontractor information, and compliance with various regulations. These parts are critical for maintaining and upgrading defense systems, particularly for operations involving the United Arab Emirates. Interested parties should note that the proposal closing date has been extended to February 6, 2026, at 4:00 PM CST, and must direct inquiries to Kimberly S. Thomas or Anna Phillips via their provided email addresses.
    Poland PATRIOT Unclassified Spares- Sole Source to Raytheon
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals from Raytheon for replenishment spares to support Poland's PATRIOT Weapon System, specifically for the Radar Set, Launcher Station, and Reconfigurable Table Top Trainer. The procurement includes a detailed list of electronic and electro-mechanical components necessary for operational continuity, as outlined in the attached documents. This opportunity is critical for maintaining the functionality of defense systems, ensuring that essential spare parts are readily available for ongoing military operations. Raytheon must submit its proposal by December 1, 2025, and indicate its intention to propose within five business days, with all communications directed to the DLA contracting team at lauren.tatum@dla.mil or anna.phillips@dla.mil.
    SPRRA224R0081 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of supplies related to the Patriot Missile System, with Lockheed Martin identified as the sole source provider for specific items. The procurement involves a Firm Fixed Price supply contract, emphasizing compliance with military specifications, including First Article Testing (FAT) and strict packaging requirements. This opportunity is critical for maintaining the operational readiness of defense systems, ensuring that high-quality materials are sourced from established suppliers. The proposal due date has been extended to January 14, 2026, at 3:00 PM, and interested parties should contact Theresa Beshenich at theresa.beshenich@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
    RFP Routing Logic Radio Interface; Sole Source to Raytheon
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the Routing Logic Radio Interface Units (RLRIU) to support upgrades for the Patriot Radar system, specifically targeting Raytheon as the sole source provider. The procurement aims to acquire essential components for system modernization, including various update kits and associated hardware necessary for maintaining and enhancing the Integrated Fires Mission Command capabilities. This opportunity is critical for ensuring the operational readiness of defense systems, with proposals due by November 4, 2025, at 4:00 p.m. CST, and all communications directed to Kelsey Brown at kelsey.e.brown@dla.mil.
    Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
    Buyer not available
    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.
    NSN 4935-01-664-2135, ACTUATOR, ELECTRO-ME, WSDC: 39A, PATRIOT MISSILE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 210 units of the Actuator, Electro-ME, specifically for the Patriot Missile system. This solicitation emphasizes the need for a critical part that requires a Higher Level Quality System, with inspection and acceptance to occur at the origin in Richmond, Virginia. The contract will be awarded based on a combination of price, past performance, and other evaluation factors, with the solicitation set to be issued on December 9, 2025, and closing on January 23, 2026. Interested vendors can obtain the solicitation documents via the DLA Internet Bid Board System (DIBBS) and are encouraged to contact Jessica Gentry or Leslie Adams for further inquiries.
    SPRRA226R0003 PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN SYNOPSIS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source contract with Lockheed Martin for the procurement of spare parts supporting the Patriot Missile System. The contract specifically seeks Circuit Card Assemblies and Distribution Boxes, with detailed requirements outlined in the Request for Proposal (RFP), including clauses related to item unique identification, cost data, and delivery schedules. These components are critical for the operational readiness and maintenance of the Patriot Missile System, ensuring its effectiveness in defense applications. Interested parties can reach out to Lewis Fournet at lewis.fournet@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation.
    CIRCUIT CARD ASSEMBLY, NSN: 5998-01-609-1074, Part Number: 13656860
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a sole-source Request for Proposal (RFP) for the procurement of 18 Circuit Card Assemblies (NSN: 5998-01-609-1074, Part Number: 13656860) to support the Patriot Missile System. This Firm Fixed Price (FFP) procurement falls under the "Alpha 6" Long-Term Contract (SPRBL1-25-D-0006), and Raytheon Company is the designated supplier due to the unique nature of the required components. Proposals must be submitted by January 12, 2025, at 5:00 P.M. CST, and must include detailed cost data, address potential Organizational Conflicts of Interest, and comply with the terms of the umbrella contract. For inquiries, interested parties can contact David Bennett at David.B.Bennett@dla.mil.
    Request for Proposal Amendment 3: F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX, with the procurement managed by DLA Aviation at Warner Robins, Georgia. This opportunity has been amended to extend the proposal submission deadline from November 4, 2025, to December 17, 2025, requiring all offers to acknowledge receipt of this amendment to avoid rejection. The F-15E Control Panel Assembly is critical for the operational capabilities of the F-15E aircraft, underscoring its importance in military aviation. Interested parties should direct inquiries to Vanessa Moes or Victor Henderson via their respective emails, and ensure compliance with the amendment requirements by the new deadline.
    SPRRA226R0032 PATRIOT SPARES – LOCKHEED MARTIN SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting a sources sought notice for the acquisition of spare missile parts specifically for the Patriot Weapon System. The procurement aims to identify potential manufacturing and supply sources for a Circuit Card Assembly (NSN: 5998-01-441-3184, Part 13507895) to support the U.S. Army Aviation and Missile Life Cycle Management Command (AMCOM) over a one-year period. This acquisition is critical as it involves a sole source procurement due to the unique nature of the item, which cannot be economically reverse-engineered, and is restricted to the actual manufacturer. Interested firms, including small and disadvantaged businesses, are encouraged to contact Lewis Fournet or Becky Brady for further information, although no solicitation is currently available, and responses are voluntary.