SPRRA226R0052 MULTI NSN

SOL #: SPRRA226R0052Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA AVIATION AT HUNTSVILLE, AL
REDSTONE ARSENAL, AL, 35898-7340, United States

Place of Performance

Huntsville, AL

NAICS

Power (335311)

PSC

Miscellaneous Electric Power And Distribution Equipment (6150)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 27, 2026, 8:00 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 Combined Synopsis/Solicitation (SPRRA226R0052) for a proposed sole source acquisition of spare missile parts for the PATRIOT Weapon System. This effort supports the U.S. Army Aviation and Missile Life Cycle Management Command (AMCOM). The DLA intends to acquire specific items under a Firm-Fixed Price, Indefinite Delivery Type contract, potentially for up to three years. While currently justified as sole source, the government encourages other qualified firms to identify themselves and seek source approval. Responses to this synopsis are due by March 27, 2026.

Scope of Work

The acquisition aims to re-price and add specific items to an existing long-term contract (SPE4AX22D9000). Key items include:

  • Cable Assembly: NSN: 6150-01-531-5498, Part#: 13506038-8. Estimated quantity: 6 each.
  • Power Supply: NSN: 6130-01-490-4355, Part#: 13508151. Estimated quantity: 50 each. These items are for the PATRIOT Weapon System. Estimated Production Lead Times (PLT) range from 720 to 1,309 days, depending on the item and whether First Article Testing (FAT) is required.

Contract & Timeline

  • Contract Type: Firm-Fixed Price, Indefinite Delivery Type.
  • Period of Performance: Up to three (3) years.
  • Set-Aside: None specified; currently justified as sole source under FAR 6.302-1(a)(2) due to limited responsible sources requiring direct acquisition from the manufacturer with engineering source approval.
  • Synopsis Response Due: March 27, 2026, at 20:00:00Z.
  • Published Date: March 12, 2026.

Evaluation

The government reserves the right to award based on the most advantageous quantities/ranges. This synopsis serves as market research to identify potential sources. Firms that can produce the required items are encouraged to identify themselves and seek source approval for future solicitations.

Additional Notes

This is a synopsis, and the official solicitation will be published on SAM.gov. All offerors must meet prequalification requirements. Technical data may be subject to export control restrictions, requiring an active United States/Canada Joint Certification Program (JCP) certification for access. All communications should be directed to Kristen Woodard (kristen.woodard@dla.mil) with "SPRRA226R0052" in the subject line.

People

Points of Contact

Kristen WoodardPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
Version 1
Sources Sought
Posted: Mar 4, 2026
View
SPRRA226R0052 MULTI NSN | GovScope