Netherlands PATRIOT Engineering Change Proposal Upgrades; sole Source to Raytheon

SOL #: SPRRA2-26-R-0018SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT HUNTSVILLE, AL
REDSTONE ARSENAL, AL, 35898-7340, United States

Place of Performance

MA

NAICS

Search (334511)

PSC

Radar Equipment, Except Airborne (5840)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 4, 2025
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Mar 13, 2026, 9:00 PM

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 Company for Netherlands PATRIOT Engineering Change Proposal (ECP) Upgrades. This opportunity covers the production, hardware, software, services, spares, training, and documentation required for these Foreign Military Sales (FMS) upgrades. The official response date for this opportunity is March 13, 2026, at 5:00 PM ET.

Scope of Work

This requirement defines the needs for ECP Upgrades for the Netherlands PATRIOT FMS (NE-B-YBJ). The scope includes:

  • Production of Hardware Kits: Digital Exciter (DEX) Upgrade Kits, DEX Installation Tool Kits, and various ECP Hardware kits such as DLX-PATRIOT Fiber Optic Switch, Data Link Extensible, Antenna Support Group, A49 Processor, Warfighter Machine Interface, Ethernet Converter, and Modern Adjunct Processor.
  • Logistics & Support: Packaging, handling, storage, Item Unique Identification (IUID), Materiel Fielding Plan (MFP) development, facility site surveys, pre-induction inspections, installation of upgrade kits, and New Equipment Training (NET).
  • Quality & Compliance: Maintenance of a quality system (IAW ISO 9001:2015 and SAE AS9100), First Article Inspection (FAI), Production Qualification, and a Corrosion Prevention and Control (CPC) Program.
  • Program Management: Kickoff meetings, coordination, status reporting, contractor manpower reporting, configuration management, and data management (including Electronic Data Management System).
  • Safety & Security: Adherence to safety regulations, hazardous materials management, and compliance with security requirements including SECRET facility and personnel clearances, OPSEC, and various training mandates (AT Level I, iWATCH, IA/IT, TARP, AVS).
  • Systems Engineering: Support for Technical Interchange Meetings and modification of Government Furnished Information (GFI) software baseline (PATRIOT System Post Deployment Build-8.1).
  • Delivery Schedules: Detailed schedules for hardware modification kits, spares, and Government Furnished Property (GFP) are provided, including operational systems, power, installation sites, and COMSEC.

Contract Details

  • Type: Solicitation, contemplated as Firm-Fixed-Pricing.
  • Set-Aside: This is a sole-source requirement directed to Raytheon Company, identified as a Large Business.
  • Existing Contract: The requirement will be placed on the existing Subsumable Contract (SPRRA2-26-D-0006). The Umbrella Contract (SPRBL1-25-D-0006) will govern the rights and obligations.
  • Product Service Code: 5840 (Radar Equipment, Except Airborne).
  • Place of Performance: While the primary contractor location is in MA, performance and delivery are expected to occur in the Netherlands.

Submission & Evaluation

This Request for Proposal (RFP) is specifically addressed to Raytheon Company. Offerors are requested to indicate their intention to provide a responsive proposal. Proposals must be in full compliance with RFP instructions and include comprehensive cost/price supporting documentation, a summary schedule, and fully supportable cost data with working Excel formulas. Specific requirements for cost breakdown, indirect expense rates, and subcontractor analysis are detailed. An Adequacy Checklist (DFARS 252.215-7009) is required for offers over the TINA threshold.

Key Dates

  • Response Due: March 13, 2026, at 5:00 PM ET.
  • Published Date: February 20, 2026.

Contact Information

People

Points of Contact

Kelsey BrownPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Feb 20, 2026
Version 2
Solicitation
Posted: Dec 3, 2025
View
Version 1
Solicitation
Posted: Nov 4, 2025
View
Netherlands PATRIOT Engineering Change Proposal Upgrades; sole Source to Raytheon | GovScope