SPRRA226R0003 PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN SYNOPSIS
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 sole-source solicitation (SPRRA226R0003) to Lockheed Martin (CAGE 64059) for Patriot Missile System spares. This Firm Fixed Price contract covers specific Circuit Card Assemblies and Distribution Boxes. This requirement is identified as sole-sourced under FAR 6.302-1. Offers are due by March 17, 2026.
Scope of Work
This procurement includes specific National Stock Numbers (NSNs) for:
- Circuit Card Assemblies (NSN: 5998-01-244-9896, Mfr Part: 11450637-19)
- Distribution Boxes (NSN: 6110-01-441-1623, Mfr Part: 13507110) Key requirements detail production quantities with range pricing, packaging and marking in compliance with MIL-STD-129 and ISPM-15, and potential First Article Test (FAT) requirements for certain CLINs (FAT is waived for CLINs 1001AA and 1002AA). Serial numbering, IUID marking, electronic fabrication, and export control are also applicable.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Sole-source to Lockheed Martin (CAGE 64059) under FAR 6.302-1.
- Offers Due: March 17, 2026, at 1:00 PM local time.
- Published Date: November 20, 2025.
- Delivery Schedule: Specified CLINs require delivery 630 or 720 days after contract award.
Evaluation
Proposals will be evaluated based on Minimum Technical Requirements, Price, and Cost and Pricing Data. Offerors must submit Certified Cost and Pricing Data as per FAR 15.403-4, including specific cost report elements detailed in Section C of the solicitation.
Additional Notes
The solicitation incorporates numerous FAR and DFARS clauses. The Defense Priority and Allocations System (DPAS) is applicable (DO rated order). Wide Area Workflow (WAWF) is the mandatory method for payment requests and receiving reports.