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 is issuing a Sole Source Solicitation to Raytheon Collins Aerospace for Year 2 pricing of the Air Defense Interrogator (ADI) TPX-57A(V)1 Hardware Upgrade- Phase II. This effort supports the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC) and the PATRIOT's Identification Friend or Foe (IFF) system. Proposals are due June 1, 2026.
Scope of Work
This solicitation seeks to add Year 2 quantities of the ADI TPX-57A(V)1 Hardware Upgrade- Phase II to an existing indefinite delivery requirements type contract (SPRRA2-25-D-0016). Key requirements include:
- Completing and submitting an Ops FAIT spreadsheet with all columns.
- Providing an indentured Bill of Materials (BOM) with a completed spreadsheet.
- Submitting a detailed cost breakdown report by option and contract line item number, with formulas intact.
- Pricing options for the production of new AN/TPX-57A(V)1 units using a provided range pricing schedule for Year 2.
Contract & Timeline
- Type: Solicitation (contemplated as Firm-Fixed-Pricing for this add-on item)
- Agency: Defense Logistics Agency (DLA)
- Place of Performance: Aberdeen Proving Ground, MD
- Product Service Code: 5841 (Radar Equipment, Airborne)
- Set-Aside: None specified (Sole Source to Raytheon Collins Aerospace)
- Proposal Due: June 1, 2026 (extended via Amendment 0001)
- Published: March 2, 2026 (Amendment 0001)
- Proposal Validity: Minimum 180 days from receipt.
Submission & Evaluation
Proposals must be submitted before 4:00 p.m. Central Standard Time (CST) on June 1, 2026. Offerors must indicate their intention to provide a responsive proposal in writing within five (5) business days of the original RFP. 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 breakdown (all cost information, rates/dollars) in a Microsoft Excel File.
- Cost analyses for subcontracts exceeding the regulatory threshold.
- Specific requirements for subcontractor documentation, indirect expense rates, and OCI identification.
- Export Control restrictions apply, requiring JCP Certification for Export Controlled Items.
Additional Notes
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 further details, interested parties should reach out to DLA.