Air Defense Interrogator Hardware Upgrade Year 2 Pricing- Sole Source to Raytheon Collins Aerospace
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Aviation at Huntsville, AL has issued a Sole Source Solicitation to Raytheon Collins Aerospace for Air Defense Interrogator (ADI) Hardware Upgrade Year 2 Pricing - Phase II. This action seeks to add Year 2 quantities of the ADI TPX-57A(V)1 Hardware Upgrade to an existing indefinite delivery requirements contract (SPRRA2-25-D-0016) to support the PATRIOT's Identification Friend or Foe (IFF) system. Proposals from Raytheon Collins Aerospace are due March 23, 2026. Interested parties should contact DLA for further details.
Scope of Work
This solicitation requires Raytheon Collins Aerospace to price options for producing new AN/TPX-57A(V)1 units based on a provided range pricing schedule for Year 2. Key deliverables for the proposal include:
- Ops FAIT: All columns in the spreadsheet must be completed.
- Bill of Materials (BOM): An indentured bill of material along with the completed spreadsheet.
- Detailed Cost Breakdown Report: By option and contract line item number, with formulas intact.
Contract Details
- Type: Firm-Fixed-Pricing (contemplated for this add-on item).
- Duration: Pricing requested for one (1) year.
- Set-Aside: None specified (Sole Source).
- Proposal Validity: Proposals must remain valid for a minimum of 180 days from receipt.
Submission & Evaluation
Raytheon Collins Aerospace must indicate their intention to provide a responsive proposal in writing within five (5) business days. Proposals must be submitted before 4:00 p.m. Central Standard Time (CST) on March 23, 2026. Proposal content must include:
- A summary schedule with fully supportable cost data, including working Excel formulas.
- Backup documentation detailing labor categories, labor hours, material and equipment costs, and a total cost breakdown.
- An un-sanitized cost break-down in a Microsoft Excel File.
- Cost analyses for subcontracts exceeding the regulatory threshold.
- Specific requirements for subcontractor documentation, indirect expense rates, and OCI identification.
Additional Notes
Export Control restrictions apply, requiring JCP Certification for Export Controlled Items. This RFP is not an authorization to start work; the negotiated contract (SPRRA2-25-D-0016) shall govern. The requirement has been advertised on SAM.gov for viewing. For inquiries, contact Contract Specialist Lauren Tatum (lauren.tatum@dla.mil) or Contracting Officer Anna Phillips (anna.phillips@dla.mil).