Last Time Buy of Production Parts for Hellfire and JAGMs
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 issuing a Solicitation (RFQ SPRRA2-26-Q-0043) for a Last Time Buy of Production Parts for the Hellfire Missile System and Joint Air-to-Ground Missile (JAGM) programs. This procurement is designated as an 8(a) Sole Source (FAR 19.8). Proposals are due June 8, 2026, at 4:00 PM CST.
Scope of Work
This Request for Quotation (RFQ) seeks to procure specific production parts for the Hellfire and JAGM systems, based on requirements from the TAGM PAE Fires Program Office. The procurement is for a "Last Time Buy" of components. An attached Excel spreadsheet (Attachment 0001) details the specific part numbers and quantities required, including:
- Part Number: 41020297-LMC-7302-XX
- MFG Part Number: MT41K128M8DA-107 IT:J
- Description: IC, SDRAM, DDR3L, 128Mx8, FBGA-78, 1.07ns, CL13, IND, 8x10.5mm Package
- Quantity: 113,184
Contract Details
- Type: Solicitation (Request for Quotation - RFQ)
- Contract Vehicle: This will result in a new delivery order issued under existing contract SPE4AX22D9000.
- Set-Aside: 8(a) Sole Source (FAR 19.8)
- Place of Performance: Redstone Arsenal, AL, United States
- Product Service Code: 1420 - Guided Missile Components
Key Requirements & Submission
Bidders must provide pricing for the parts identified in the attachment and ensure quotations are in full compliance with RFQ instructions. Key requirements include:
- Quotations must remain valid for a minimum of ninety (90) days.
- Identification and addressing of all actual or potential Organizational Conflicts of Interests (OCIs) per FAR 9.5, or a statement of no known OCIs. A mitigation plan is required if OCIs are identified.
- Compliance with FAR 52.204-24(d)(1), (d)(2) and DFARS 252.204-7016(c) regarding covered telecommunications equipment or services.
- JCP Certification is required for Export Controlled Items.
- Indicate intention to provide a responsive proposal in writing within five (5) business days of the RFQ release. Negative responses should include an explanation.
- Proposals must be submitted before June 8, 2026, at 4:00 PM CST.
- All communications must be submitted in writing directly to the Contracting Officer or Contract Specialist. No assumptions, terms, conditions, caveats, or exceptions submitted within the quotation will be accepted.
Important Notes
This RFQ is not an authorization to start work. The document contains technical data restricted by the Arms Export Control Act or Executive Order 12470. Contacts:
- Contracting Officer: Mallory Medley (Mallory.Medley@dla.mil)
- Contract Specialist: Kimberly S. Thomas (Kimberly.Thomas@dla.mil)