Government Stockpile Reliability Program (SRP)
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) is requesting a firm proposal and proposed Technical Directives (TD) for the Government's Stockpile Reliability Program (SRP). This is a sole-source solicitation issued to Raytheon Company (CAGE 05716) under existing umbrella and subsumable contracts. The effort involves critical testing and analysis of guided missile components. Proposals are due by March 31, 2026, at 6:00 P.M. CST.
Scope of Work
The Stockpile Reliability Program (SRP) effort requires coordination, testing, analysis, and reporting for various guided missile components. Key requirements include:
- Base (TOW SRP Test Cycle 37): Testing of five (5) Bunker Buster Warheads and seventeen (17) US Army Control Surface and Beacon Shutter Actuators. Testing will occur at MOOG (Utah) and EBA&D (Graham, KY).
- Option 1 (TOW SRP Test Cycle 38): Similar testing for five (5) Bunker Buster Warheads and thirteen (13) US Army Control Surface and Beacon Shutter Actuators.
- Option 2 (TOW SRP General Support): Development of digital display posters and graphics for various TOW DODICs and missile schematics, alongside coordination, testing, analysis, and reporting.
Contract Details
- Type: Solicitation (RFP)
- Product Service Code: 1410 (Guided Missiles)
- Contract Vehicle: Proposed under Subsumable Contract SPRRA2-26-D-0001, which falls under the (Alpha 6) Long-Term Contract (LTC) Umbrella Contract SPRBL1-25-D-0006.
- Period of Performance (PoP): 12 months from the date of award.
- Place of Performance: Huntsville, AL, United States.
Submission & Evaluation
- Intent to Propose: Offerors (Raytheon) are requested to indicate their intention to provide a proposal within five (5) business days of the RFP release.
- Proposal Due Date: March 31, 2026, by 6:00 P.M. Central Standard Time (CST).
- Submission Requirements: Proposals must be fully compliant with RFP instructions and include Cost/Price Supporting documentation, a working cost model with Excel formulas, detailed labor categories, hours, material costs, and subcontractor information.
- Organizational Conflicts of Interest (OCI): Raytheon shall identify and address any actual or potential OCIs.
Eligibility / Set-Aside
This solicitation is sole-sourced to Raytheon Company (CAGE 05716), in accordance with 10 U.S.C. 2304 (c)(1) FAR 6.302-1, citing only one responsible source. The contractor is required to continue participation in the Department of Defense (DoD) Test Program for a Comprehensive Subcontracting Plan with DCMA.
Additional Notes
This RFP does not authorize the commencement of work. Contract clauses are governed by the Umbrella Contract unless otherwise specified. Proposals must remain valid for a minimum of 180 days. All communications must be submitted in writing to the identified contract team.