SPRRA225R0062 PATRIOT 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) Aviation at Huntsville, AL has issued a Justification for Other Than Full and Open Competition for Patriot Spares and comprehensive supply chain management and logistics support for various Lockheed Martin (LM) aircraft and systems. This is a sole-source procurement, not a solicitation, but a synopsis will be issued to advise industry and identify potential subcontractors.
Purpose & Scope
This Class Justification and Approval (J&A) seeks authority for a sole-source procurement to Lockheed Martin to provide performance-based supply chain management and logistics support. The support is for requirements from multiple customers, including the U.S. Air Force, DLA, and Foreign Military Sales, covering a wide range of LM platforms such as the F16, C-5, C-130, F35, MH-60, P-3, F-22, Patriot Guidance Enhanced Missile, and others. Services encompass:
- Holistic support and logistics management
- Wholesale supply and logistics support
- Inventory and configuration management
- Maintenance planning, repair development, and repair of repairables
- Sustainment engineering and additive manufacturing solutions
- Depot maintenance, material management, packaging, storage, and transportation
- Reliability improvements and field engineering support The overarching goal is to improve material and services availability for supported platforms.
Contract Details
- Overarching Terms: Intended to remain valid for 20 years.
- Subsumable Contracts: Will have a five (5) year base period and one (1) five (5) year option period.
- Estimated Value: Substantial, with a 15% contingency factor.
- Funding: Defense Working Capital Fund.
- Contract Types: May include Firm Fixed Price, Firm Fixed Price Incentive, and Fixed Price with Prospective Price Redetermination.
- Place of Performance: Grand Prairie, TX.
Eligibility & Set-Aside
This is a sole-source procurement justified under FAR 6.302-1 (Only One Responsible Source), identifying Lockheed Martin Corporation as the sole responsible source due to their unique expertise, data rights, and capabilities. The government intends to encourage subcontracting opportunities, including for small businesses, through coordination with the DLA Small Business Office and Lockheed Martin.
Action Items / Next Steps
This document is a justification, not a solicitation; offers are not being solicited at this time. A synopsis will be issued on BETA.SAM.GOV to inform industry and identify potential subcontractors. Interested parties should monitor SAM.gov for future announcements regarding subcontracting opportunities.
Contacts
- Primary: Scott Lamothe (Scott.Lamothe@dla.mil)
- Secondary: Becky Brady (becky.brady@dla.mil)