RNLASF APACHE M-TADS/M-PNVS SPARES– LOCKHEED MARTIN SOLE SOURCE
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) Redstone Arsenal, Alabama, has issued a presolicitation for RNLASF APACHE M-TADS/M-PNVS SPARES. This is a one-time, firm-fixed price contract intended to support the US Army Aviation and Missile Life Cycle Management Command (AMCOM). While currently restricted to Lockheed Martin Corporation (CAGE: 04939) under FAR 6.302-1(A)(2) (limited number of responsible sources), the government is actively seeking other qualified businesses to identify themselves and pursue source approval for future competitive efforts. The estimated response date is May 24, 2026.
Scope of Work
The procurement involves acquiring specific spares for the Apache M-TADS/M-PNVS system. The selected contractor will be responsible for all aspects of manufacturing and production, including recurring and nonrecurring engineering services, supply chain management, logistics, forecasting, long-lead parts procurement, material forecasting, obsolescence issues, and final delivery of assets. The solicitation will include a request for Economic Order Quantities (EOQs) to ensure optimal ordering and assist the government in data development for current and future acquisitions.
Key Document: SPRRA126R0053 Synopsis Attachment 050826.pdf
This attachment is a crucial list of parts and components, likely for the CD TADS/PNVS weapon system. It provides essential technical and logistical data, including PRON, NSNS, Part Noun, EAD, Max, Approved Size Standard, CAGE Code, NAICS Code, AMRC Code, and Factory Acceptance Testing (FAT) requirements. Bidders should use this document to understand specific components, inform proposal development, pricing strategies, and ensure compliance with technical requirements.
Contract Details
- Type: One-time, Firm-Fixed Price Contract
- Set-Aside: None specified; however, the government encourages all businesses, including 8(a), Small Business, Small Disadvantaged Business, Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns, to identify themselves and seek source approval.
- Engineering Source Authority: U.S. Army Combat Capabilities Development Command Aviation & Missile Center’s (AVMC DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD).
Timeline & Action Items
- Estimated Response Date: May 24, 2026 (subject to adjustment upon solicitation release).
- Published Date: May 11, 2026.
- Action: Firms capable of producing the required items are strongly encouraged to identify themselves and seek source approval by contacting the contracting team for future opportunities. All offerors must meet prequalification requirements.
- Contact: Lewis Fournet (lewis.fournet@dla.mil).