Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2025 SAM #8725
SOLICITATION NOTICE

59 -- Synopsis, SPRRA2-26-R-0007, Multiple NSNs

Notice Date
10/14/2025 5:49:50 AM
 
Notice Type
Presolicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA226R0007
 
Response Due
10/28/2025 1:00:00 PM
 
Archive Date
11/12/2025
 
Point of Contact
Lewis Fournet, David Bennett
 
E-Mail Address
lewis.fournet@dla.mil, david.b.bennett@dla.mil
(lewis.fournet@dla.mil, david.b.bennett@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SEE ATTACHMENT FOR PARTS LIST SAM.gov Synopsis Class Code: Multiple NSNs NAICS Code: Multiple NSNs Subject: Multiple NSNs, OEM Raytheon Patriot Missile Weapon Systems; Sole Source Long Term Contract Solicitation Number: SPRRA2-26-R-0007 Set Aside Code: N/A Response Date: 15 Days Place of Performance: CAGE 05716 RAYTHEON COMPANY 350 LOWELL ST. ANDOVER, MA 01810-4400 Description: No telephone requests will be accepted. Direct your requests and communications to ATTN: DLA- AHCB, Lewis Fournet, Contract Specialist, via email Lewis.Fournet@dla.mil For request for solicitation, provide your name, the company name, Cage Code and a telephone number. The Defense Logistics Agency, Redstone Arsenal, Alabama, proposes to acquire a 3-year Firm Fixed Price (FFP) Indefinite Delivery Requirement (IDR) contract for the below parts: SEE ATTACHMENT Deliveries are to: AMCOM FLEET MGT CENTER AFMC HOLBROOK RD BLDG 722 FORT BLISS, TX, 79916-5801 THIS CONTRACT ACTION IS SOLE SOURCED IAW FAR 6.302-1(a)(2) TO: CAGE 05716, RAYTHEON COMPANY, which is the original equipment manufacturer (OEM) for the listed parts. Due to the proprietary requirements imposed by the original equipment manufacturer, there are no other known sources. The proposed requirement will be for three (3) year pricing. The attached Part Numbers are the items that have been identified for this current action. The letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This is proposed to be a FAR 15 effort. If other Part Numbers are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The contract requires design, build and supply of parts, as well as other functions including but not limited to inventory management, forecasting, distribution, storage, reliability improvements, engineering maintenance and design control affecting these parts. All offerors must meet prequalification requirements in order to be eligible for award. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center�s (AvMc DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD) is the engineering source authority for source approvals. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future efforts by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@army.mil. All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ce9d69bc7e154de58dbffb2c552491b7/view)
 
Place of Performance
Address: Andover, MA 01810, USA
Zip Code: 01810
Country: USA
 
Record
SN07618373-F 20251016/251014230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.