Request For Proposal, SPRRA2-26-R-0007, Multiple NSNs
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 Request for Proposal (RFP), SPRRA2-26-R-0007, to add multiple National Stock Numbers (NSNs) to an existing Long-Term Contract (LTC) umbrella. This opportunity is sole sourced to Raytheon Company (CAGE 05716) to support the Patriot Missile and other systems. Proposals are due January 28, 2026.
Scope of Work
This RFP seeks to add thirteen (13) NSN/Part Numbers to the Subsumable Contract SPRRA2-25-D-0016 under the LTC Umbrella Contract SPRBL1-25-D-0006. The parts are for the Patriot Missile and other systems. Requirements include detailed packaging standards (MIL-STD-2073-1), specific CLIN structures, and proposed unit pricing for Years 1 through 5, along with anticipated order rates. The Product Service Code is 5998 - Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware.
Contract Details
- Type: Request for Proposal (RFP) leading to a Firm-Fixed-Price contract.
- Duration: 5 years for the NSN/Parts.
- Set-Aside: Sole Sourced to Raytheon Company (CAGE 05716) per 10 U.S.C. 2304 (c)(1) FAR 6.302-1. Raytheon must notify the Government if the items are not sole source.
- Governing Terms: Basic terms and conditions of the umbrella contract SPRBL1-25-D-0016 shall govern.
- Place of Performance: Andover, MA.
Submission & Evaluation
- Intent to Propose: Offerors must indicate their intention to provide a responsive proposal within five (5) business days of the RFP publication.
- Proposal Due: January 28, 2026, at 5:00 P.M. Central Standard Time (CST).
- Validity: Proposals must remain valid for a minimum of one hundred and eighty (180) days.
- Required Submissions:
- Enclosure 1 (IOR): Detailed packaging, CLIN structure, and unit pricing information.
- Enclosure 2 (Reps and Certs): Annual representations and certifications (FAR 52.204-8), either via SAM or individual completion. Applicable NAICS codes include 334412, 332710, 335931, & 335311.
- Enclosure 3 (Data Rights): Mandatory for asserting restrictions on technical data or computer software.
- Pricing Information: Must be submitted in a Microsoft Excel file with specific headers, including a summary schedule and full supportable cost data.
- Subcontractor Data: Supporting cost/price documentation for all proposed subcontractors.
- Sanitized Cost Breakdown: A Microsoft Excel file with no cost information, rates, or dollars.
- Key Personnel: Identification of key business unit personnel for contracting, technical, and pricing questions.
- Evaluation: Proposals will be evaluated based on proposed order sizes, evidence-based delivery schedules, and three unit price ranges.
Additional Notes
- Small Business Subcontracting Plan: Raytheon shall continue participation in the DoD Test Program for a Comprehensive Subcontracting Plan with DCMA.
- First Article (FAT) / Production Lot (PLT): May be required but could be waived.
- Progress Payments: FAR 52.232-16 will be included if expressly requested.
- Prohibition Clause: FAR 252.204-7018 (covered defense telecommunications equipment) will be added.