Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2025 SAM #8572
SOLICITATION NOTICE

61 -- Multiple NSN/PNs for Patriot Missile

Notice Date
5/14/2025 11:28:46 AM
 
Notice Type
Presolicitation
 
NAICS
335931 — Current-Carrying Wiring Device Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA2-25-R-0078
 
Response Due
5/29/2025 4:00:00 PM
 
Archive Date
06/13/2025
 
Point of Contact
Kereen Johnston, David Bennett
 
E-Mail Address
kereen.johnston@dla.mil, david.b.bennett@dla.mil
(kereen.johnston@dla.mil, david.b.bennett@dla.mil)
 
Description
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR SOLICITATION WILL NOT RECEIVE A RESPONSE. The Defense Logistics Agency (DLA) anticipates issuing a Letter RFP Solicitation SPRRA2-25-R-0078 to establish a 3-year Indefinite Delivery Requirements (IDR), Firm-Fixed Price (FFP) contract for the parts listed. Procurement of Fourteen (14) spares parts in support of the Patriot Missile Weapon System; to be added onto a Subsumable contract under the negotiated (Alpha 6) Umbrella Contract SPRBL1-25-D-xxxx that will succeed the DLA-Raytheon Depot Level Repairable (DLR) SPRBL1-15-D-0017 (Alpha 5) LTC. No telephone requests will be accepted. Direct your requests and communications to ATTN: DLA-AHCA, Kereen Johnston, Contract Specialist, via email kereen.johnston@dla.mil. Solicitation will be published in SAM.GOV, for all other inquiries, in the email subject line enter SPRRA2-25-R-0078, provide your name, the company name, Cage Code and a telephone number and email address. Those parts will be procured in accordance with the negotiated (Alpha 6) Umbrella Contract SPRBL1-25-D-xxxx that will succeed the DLA-Raytheon Depot Level Repairable (DLR) SPRBL1-15-D-0017 (Alpha 5) LTC. The basic terms and conditions of the umbrella contract shall govern the contractors and Governments� rights and obligations. This contract action is sole sourced to Raytheon Company: IAW 10 U.S.C. 2304 (c)(1) FAR 6.302-1. ��Only one responsible source, and no other type of supplies or services will satisfy agency requirements�� Commercial and Government Entity (CAGE) Code 05716, which is the original equipment manufacturer (OEM) for the listed parts. Due to the proprietary requirements imposed by the original equipment manufacturer, there are no other known sources. The 14 parts will be added onto the DLA-Raytheon Subsumable Contract SPRRA2-25-D-XXXX as an add-on procurement. These part numbers will support the Patriot Missile System. The add-on is authorized pursuant to DLAD 52.216-9006 �Addition/Deletion of Items� as well as the scope statement that was included in solicitation SPRBL1-25-R-0001. The letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This is proposed to be a FAR 15 effort. If other Part Numbers and specifications are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The contract requires design, build and supply of parts, as well as other functions including but not limited to inventory management, forecasting, distribution, storage, reliability improvements, engineering maintenance and design control affecting these parts. All offerors must meet prequalification requirements in order to be eligible for the award. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center�s (AvMc DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD) is the engineering source authority for source approvals. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future efforts by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@mail.mil. All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f1d84e9367714871aa348297964815b5/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07443285-F 20250516/250514230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.