Bradley Post-Production Enhancement Retrofit Installation- Sole Source to BAE
ID: SPRRA225R0058Type: Presolicitation
Overview

Buyer

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

NAICS

Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing (336419)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking a contractor for the Bradley Post-Production Enhancement Retrofit Installation, specifically limited to BAE Systems Land & Armaments L.P. The contract involves the retrofit installation of enhancements for the Bradley Fighting Vehicles (BFVs), requiring the contractor to provide support services, manage Government Furnished Materiel (GFM), and ensure compliance with specified data deliverables throughout the contract duration. This initiative is crucial for enhancing military vehicle capabilities and operational integrity, with a focus on collaboration and timely project execution. Interested parties must direct their inquiries to Lauren Tatum at lauren.tatum@dla.mil or Anna Phillips at anna.phillips@dla.mil, with a response deadline set for 15 days from the presolicitation notice.

Point(s) of Contact
Files
Title
Posted
The document outlines a government contract for the Bradley Post-Production Enhancement Retrofit, focused on retrofitting Bradley Fighting Vehicles (BFVs). The contractor is responsible for installing enhancements, providing support services at BAE’s Temple, Texas facility, and ensuring compliance with specified data deliverables. Key requirements include regular meetings, status updates, and detailed reporting on vehicle and hardware conditions. The contractor must manage Government Furnished Materiel (GFM), including inspections and discrepancy reporting, while utilizing a compliant property management system. An Integrated Master Schedule (IMS) is expected to monitor the retrofit installation, with completion details for three phases of vehicle upgrades. Additionally, Contractor Logistics Support (CLS) is necessary for maintenance and supply throughout the contract duration, ensuring readiness of A4E1 vehicles at all locations. The contractor is required to document logistical issues, provide field support, and maintain spare parts and repair processes. The emphasis throughout is on collaboration with the government to meet project objectives within set timelines. This contract reflects the government’s strategic efforts to enhance military vehicle capabilities and operational integrity.
Lifecycle
Title
Type
Similar Opportunities
Bradley Fighting Vehicle Systems (BFVS) parts
Buyer not available
The Defense Logistics Agency (DLA) is preparing to issue a Request for Proposal for Bradley Fighting Vehicle Systems (BFVS) parts, with the solicitation expected to be released on April 5, 2025. This procurement is designated as a 100% Small Business Set Aside and will encompass various National Stock Numbers (NSNs) related to vehicular brake, steering, axle, wheel, and track components, with specific requirements for packaging, inspection, and acceptance. The contract will be structured as an indefinite quantity contract with one base year and four optional years, totaling a maximum duration of five years, and will include critical military components that adhere to stringent DLA standards, including First Article Testing and compliance with export control regulations. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil, and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-406-1966.
The Defense Logistics Agency Land and Maritime (DLA L&M) intends to solicit and negotiate a Firm-Fixed Price (FFP), Long-Term Indefinite Delivery, Indefinite Quantity (IDIQ) as the successor to contract SPE7LX21D0068 (21D0068).
Buyer not available
The Defense Logistics Agency Land and Maritime (DLA L&M) is preparing to solicit and negotiate a Firm-Fixed Price (FFP), Long-Term Indefinite Delivery, Indefinite Quantity (IDIQ) contract as a successor to contract SPE7LX21D0068. This procurement will involve 581 Sole Source National Stock Numbers (NSNs) that support various General Dynamics Land Systems (GDLS) military weapon systems, including the light Armored Vehicles Family of Vehicles and Stryker. The goods and services sought are critical for maintaining the operational readiness of military vehicles, with the solicitation emphasizing that only one responsible source meets the agency's requirements. Interested parties may submit their interest and capability to respond within 15 days of this notice, and they can contact Naleya Scott at naleya.scott@dla.mil or 614-692-8024 for further information.
B-Kit, Sole Source to GD-OTS
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals from General Dynamics – Ordnance and Tactical Systems (GD-OTS) for Year 1 pricing of the B-Kit under contract SPRRA2-25-R-0063, which supports the Bradley Fighting Vehicle program. This procurement is part of a long-term Indefinite Delivery Requirements (IDR) firm-fixed-price contract spanning seven years, requiring GD-OTS to provide a detailed cost breakdown, documentation for indirect expense rates, and identification of any potential organizational conflicts of interest. The B-Kit is crucial for enhancing the operational capabilities of the Bradley Fighting Vehicle, underscoring its importance in military operations. Proposals are due by June 2, 2025, and interested parties can contact Anna Phillips at anna.phillips@dla.mil for further information.
beam hoisting
Buyer not available
The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals from small businesses for the procurement of beam hoisting systems under a total small business set-aside contract. The primary objective of this procurement is to secure firm fixed-price contracts for hoisting beams, which are critical components in the operation and maintenance of Patriot weapon systems. These systems are essential for ensuring the effective handling and transportation of military equipment, thereby supporting defense operations. Interested contractors must adhere to the requirements outlined in the Request for Quotation (RFQ), including compliance with military standards for inspection, acceptance, and packaging, and are encouraged to contact Michael Romine at michael.1.romine@dla.mil or Thomas Gunter at thomas.gunter@dla.mil for further details. The deadline for submitting offers has been extended as per the recent amendment to the solicitation.
5 YR IDR; Sole Source to Elbit
Buyer not available
The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for a five-year, firm-fixed-price, indefinite delivery requirements contract with Elbit Systems of America, aimed at providing spares and repairs for the PEO Missiles and Space Tactical Aviation and Ground Munitions Bradley Program Office. The procurement focuses on specific electronic components, including Electronic Modules, Display Commons, and various processors, with detailed pricing and compliance documentation required for fiscal years 2025 and 2026. This initiative is crucial for maintaining the operational readiness of military systems, ensuring timely support through reliable supplier partnerships. Proposals are due by February 17, 2025, with a prior written intention required within five business days; interested parties should contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.
2520011608074
Buyer not available
The Defense Logistics Agency (DLA) Land & Maritime is seeking sources for a long-term contract related to various National Stock Numbers (NSNs) associated with military vehicular components, including clutch disks, towing brackets, and wiring harnesses. The procurement aims to identify businesses capable of manufacturing these critical items, which are essential for maintaining military vehicle operability and readiness. Interested suppliers are required to complete a market survey and provide information regarding their capabilities and interest in the contract, with submissions due by November 27, 2025. For further inquiries, potential respondents can contact Brent Wahle at brent.wahle@dla.mil or Tracy Holmes at Tracy.Holmes@dla.mil.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by April 29, 2025, and can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
HY RESERVOIR ASSY - RFP
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a firm-fixed-price contract to procure thirty (30) hydraulic reservoir assemblies (NSN: 1055-01-452-1095; Part Number: 13213553) for the Multiple Launch Rocket System (MLRS). This procurement is classified as a sole-source acquisition, with Eaton Aerospace (CAGE Code 62983) identified as the only approved supplier for these components. The contract requires compliance with stringent quality control standards, first article testing, and detailed inspection and acceptance criteria, with production lead time set at 330 days after contract award for both scenarios with and without first article testing. Interested parties should direct inquiries to Cheyenne Daniels at cheyenne.daniels@dla.mil or Jean Paul Bretz at jean.bretz@dla.mil, and must adhere to the specified submission deadlines and requirements outlined in the solicitation document.
LIGHT ASSEMBLY PANEL
Buyer not available
The Defense Logistics Agency (DLA) is seeking quotations for the procurement of 23 units of Light Assembly Panels, part number 11447839, as part of a firm fixed-price contract. This procurement is designated as a Total Small Business Set-Aside, allowing only small business firms to submit offers, and is intended to support the M-D6 weapon system, which adheres to strict military standards for delivery, inspection, and acceptance. The solicitation emphasizes compliance with Arms Export Control regulations and requires contractors to meet specific packaging, marking, and certification standards. Interested parties should note that the proposal due date has been extended to May 7, 2025, at 3:00 PM, and can contact Brylee Malone at brylee.malone@dla.mil or Michael Romine at michael.1.romine@dla.mil for further information.
SPRRA224R0088 MLRS SPARES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is conducting market research to identify potential manufacturing and supply sources for a one-time procurement of specific items related to the Multiple Launch Rocket System (MLRS). The items sought include a Control Section, GUI, and two types of Test Sets, each with designated National Stock Numbers (NSNs) and part numbers, which require acquisition directly from the actual manufacturers due to the lack of available technical data for competitive solicitation. This procurement is critical for maintaining the operational readiness of military systems, and interested firms, including small and disadvantaged businesses, are encouraged to seek source approval to compete for future efforts. For inquiries, potential suppliers may contact Mari Bretz or Becky Brady via the provided email addresses, with the understanding that this sources sought synopsis does not constitute a formal solicitation and responses are voluntary.