SPRRA226R0061 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
This is a sole source solicitation issued by DLA Aviation at Huntsville, AL, for the procurement of a specific Printed Wiring Board (NSN 5998-01-728-8090, Part Number 13508610, PRON D16H0963D1). The requirement is sole sourced to Lockheed Martin Corporation (CAGE 64059) under FAR 6.302-1(a)(2) as the only responsible source. This critical component supports the US Army Aviation and Missile Life Cycle Management Command (AMCOM) for the Patriot Weapon System. The purpose is to add this part to Lockheed Martin's existing Captain of Industries (COI) Supplier Capability Contract (SCC) SPE4AX22D9000 and its Firm-Fixed-Price (FFP) Indefinite Delivery Contract (IDC) SPRRA224D0011. Proposals are due by Friday, July 17, 2026, 5:00 P.M. CT.
Scope of Work
- Supply Printed Wiring Board (NSN 5998-01-728-8090, P/N 13508610).
- Estimated Annual Demand (EAD) of 60 units for a one-year period of performance.
- Delivery to Chambersburg, PA, 17201-4150. Accelerated delivery is encouraged at no additional cost.
- Compliance with Item Unique Identification (IUID) requirements per DFARS 252.211-7003.
Contract Details
- Type: Sole Source Solicitation (Modification to existing FFP IDC).
- Authority: FAR 6.302-1(a)(2) – Only one responsible source.
- NAICS Code: 335311 (Power, Distribution, and Specialty Transformer Manufacturing) with a 750 Employees Size Standard.
- FSC: 5998 (Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware).
- DPAS Rating: DO.
Proposal Requirements
- Submission: Electronically to Lewis Fournet (lewis.fournet@dla.mil).
- Deadline: Friday, July 17, 2026, 5:00 P.M. CT. Proposals must remain valid for a minimum of 120 days.
- Content: Address the D16H0963D1 technical package, quality specifications, and cost/price aspects.
- Quality: Provide proposed Production Lead Time (PLT) and monthly delivery rate. Government required PLT is 720 days After Contract Award (ACA) without First Article Testing (FAT) and 1500 days ACA with FAT.
- First Article Test (FAT): Mandatory pricing for one FAT unit must be included, even if a waiver is requested. The FAT Waiver Worksheet (Encl 1) is provided for formal requests.
- Cost/Price: Submit Other Than Certified Cost or Pricing (OTCP) Data. The preferred format is an original, unedited ProPricer Excel workbook including P-Sheet, Direct Rates, Indirect Rates, CERs, and CER Factors tabs.
- Economic Order Quantity (EOQ): Provide firm fixed pricing for specified quantity ranges (35-60, 61-85, 86-110) and propose alternative EOQ ranges with rationale.
- CLIN Structure: Proposals must align with specified CLINS for Production Quantity, FAT, and FAT Report.
Evaluation Criteria
- Technical Acceptability: Proposals must conform to all solicitation requirements. Unacceptable proposals will be ineligible for award.
- Price Reasonableness: Pricing will be evaluated for reasonableness; materially unbalanced proposals may be rejected.
- Cost and Pricing Data: Failure to provide required cost or pricing information per FAR 15.4 will result in an unacceptable proposal.
Key Clauses & Enclosures
- Encl 2. Solicitation Clause Details: Outlines key FAR and DFARS clauses (e.g., 52.204-24, 252.204-7008, 252.204-7019) that are incorporated and flow down from the parent contracts. Offerors must ensure full compliance with these regulatory requirements.