Poland PATRIOT Unclassified Spares- Sole Source to Raytheon
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 Solicitation for Poland PATRIOT Unclassified Spares, specifically replenishment spares for the Radar Set (RS), Launcher Station (LS), and Reconfigurable Table Top Trainer (RT3). This is intended as a sole-source add-on to Raytheon's existing Alpha VI Long-Term Contract (SPRBL1-25-D-0006) to support Poland's fielded PATRIOT Weapon Systems. Proposals are due by February 27, 2026.
Scope of Work
This opportunity seeks to procure replenishment spares for the PATRIOT Weapon System, supporting Poland's Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). The required spares include components for the Radar Set (RS), Launcher Station (LS), and Reconfigurable Table Top Trainer (RT3). A detailed list of specific part numbers and quantities is provided in the attachment "Part Numbers for Rep Spares LS and RT3.xlsx".
Contract Details
- Type: Firm-Fixed-Price (FFP) add-on to existing contract SPRRA2-25-D-0016.
- Set-Aside: This is a sole-source requirement to Raytheon. However, the DLA has advertised it on SAM.gov, noting that if other suppliers express interest, a formal competitive solicitation may be issued.
- Product Service Code: 4935 - Guided Missile Maintenance, Repair, And Checkout Specialized Equipment.
- Place of Performance: Andover, MA, United States.
Submission & Evaluation
- Intent to Respond: Interested parties should indicate their intention to provide a responsive proposal in writing within five (5) business days of the original RFP. A negative response requires an explanation.
- Proposal Submission Deadline: February 27, 2026, by 10:00 PM UTC (as amended).
- Proposal Validity: Proposals must be valid for a minimum of one hundred and eighty (180) days from receipt.
- Cost/Price Documentation: Required documentation includes a summary schedule with working Excel formulas, detailed labor categories and hours, material/equipment costs, and a total cost breakdown in an un-sanitized Excel format. Indirect Expense Rates documentation (e.g., FPRA, FPRR, FPRP) is also necessary. If using ProPricer, an unedited Excel file with specific tabs (P-Sheet, Direct Rates, Indirect Rates, CERS, CER Factors) is required.
- Compliance: Offerors must comply with Arms Export Control Act (JCP Certification required for Export Controlled Items) and represent that they will not provide covered telecommunications equipment or services per FAR 52.204-24 and DFARS 252.204-7016.
Additional Notes
This RFP does not authorize the commencement of work. All communications must be submitted in writing directly to the identified Contracting Officer or Contract Specialist. No assumptions, terms, conditions, caveats, or exceptions will be accepted or incorporated outside of the Q&A period.