RFP Routing Logic Radio Interface; Sole Source to Raytheon

SOL #: SPRRA2-25-R-0114Solicitation

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

Guided Missile and Space Vehicle Manufacturing (336414)

PSC

Guided Missiles (1410)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 5, 2025
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Nov 4, 2025, 10:00 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 Request for Proposal (RFP) to Raytheon for Routing Logic Radio Interface Units (RLRIU). These units are critical for supporting Patriot Radar upgrades for the Program Executive Office Missiles and Space (PEO MS) Integrated Fires Mission Command (IFMC). Proposals are due by February 27, 2026.

Scope of Work

This solicitation seeks the procurement of RLRIUs. The scope includes providing a range covering minimum and maximum quantities, with proposals certifying to a 2-year Best Estimated Quantity (BEQ) for total proposed price evaluation, as per FAR 1.108(C). The latest amendment (0005) updated the parts list to include a range call out and specifies that Non-Recurring Engineering (NRE) should only be proposed in the first ordering period. Additionally, Amendment 0004 added specific part numbers from the "AMD 004 IDIQ COMMON KIT WT QTY RANGE AND BEQS" to be priced under a separate proposal.

Contract & Timeline

  • Type: Solicitation (RFP), contemplating a Firm-Fixed-Pricing award.
  • Set-Aside: Sole Source to Raytheon.
  • Proposal Due: February 27, 2026, 4:00 PM CST.
  • Published: March 5, 2026 (latest amendment).
  • Place of Performance: Massachusetts (01810), United States.

Key Requirements & Submission

Offerors must:

  • Price for a 2-year Best Estimated Quantity (BEQ) for total proposed price evaluation.
  • Provide cost analyses for subcontracts exceeding regulatory thresholds.
  • Submit an unsanitized cost break-down in a Microsoft Excel File.
  • Document most recent Indirect Expense Rates (FPRAs, FPRRs, FPRPs, or historical data).
  • Identify key personnel, contracting, technical, pricing contacts, and DCMA/DCAA points of contact.
  • Identify any actual or potential Organizational Conflicts of Interests (OCIs) or state that none exist.
  • Acknowledge that export-controlled technical data is involved and represent they will not provide covered telecommunications equipment or services.
  • Complete a Proposal Adequacy Checklist (DFARS 252.215-7009) for offers over the TINA threshold.
  • For ProPricer users, an Excel Workbook (.xlsx) with a "Detail Cost Breakdown" report is required.

Additional Notes

All communications must be submitted in writing to the identified contracting team members. The government reserves the right to award P/Ns on the same or separate contracts.

People

Points of Contact

Kelsey BrownPRIMARY

Files

Files

Download

Versions

Version 7
Solicitation
Posted: Mar 5, 2026
View
Version 6
Solicitation
Posted: Dec 17, 2025
View
Version 5
Solicitation
Posted: Nov 10, 2025
View
Version 4
Solicitation
Posted: Oct 20, 2025
View
Version 3
Solicitation
Posted: Oct 14, 2025
View
Version 2Viewing
Solicitation
Posted: Oct 10, 2025
Version 1
Solicitation
Posted: Sep 5, 2025
View