Active Solicitation · DEPT OF DEFENSE
AI Summary
This opportunity involves a sole-source procurement for printed wiring boards from Lockheed Martin Corporation, supporting the Patriot Weapon System. Proposals are due by July 17, 2026, and must meet specific technical and pricing requirements. The estimated annual demand is 60 units, with delivery to Chambersburg, PA. Accelerated delivery is encouraged at no additional cost.
Lockheed Martin Corporation CAGE: 64059 1701 W Marshall Dr Grand Prairie, TX 75051-2704 SUBJECT: Letter Request For Proposal (LRFP) SPRRA226R0061 1.0 SYNOPSIS & SOLICITATION INFORMATION This requirement is sole sourced to Lockheed Martin Corporation (CAGE 64059) in accordance with FAR 6.302-1(a)(2); only one responsible source and no other supplies or services will satisfy agency requirements. SPRRA226R0061s purpose is to add part(s) to the Lockheed Martin Captain of Industries (COI) Supplier Capability Contract (SCC) SPE4AX22D9000 and its subsumable Firm-Fixed-Price (FFP) Indefinite Delivery Contract (IDC) SPRRA224D0011. This requirement is for a critical component supporting the US Army Aviation and Missile Life Cycle Management Command (AMCOM) for the Patriot Weapon System. NAICS Code: 335311 (Power, Distribution, and Specialty Transformer Manufacturing) Size Standard: 750 Employees FSC: 5998 (Electrical and Electronic Assemblies, Boards, Cards, and Associated Hardware) DPAS Rating: DO 2.0 REQUIREMENT DESCRIPTION The Government intends to add the following item for a one (1) year period of performance under the existing contract structure. Description NSN Part Number PRON Printed Wiring Board 5998-01-728-8090 13508610 D16H0963D1 The procurement quantity for this specific requirement is an Estimated Annual Demand (EAD) quantity of 60 each. Delivery shall be to Chambersburg, PA, 17201-4150. Accelerated delivery is encouraged and authorized at no additional cost to the Government. 3.0 PROPOSAL SUBMISSION & INSTRUCTIONS Please acknowledge receipt of this RFP and intent to propose within five (5) business days. Please ensure you read this entire RFP, including all enclosures, prior to submitting a proposal. The basic terms and conditions of the parent SCC SPE4AX22D9000 shall govern the rights and obligations of the Contractor and the Government. Offerors proposal must be submitted electronically to the points of contact in Section 6.0 no later than 5:00 P.M. Central Time (CT) on Friday, July 17, 2026 (90 days from issuance). Submitted proposal shall remain valid for a minimum of 120 days. Lockheed Martin shall only propose sole-source items under this contract and shall notify the Government immediately if the item being solicited is not sole-source. Nothing in this RFP shall be construed to preclude the Government from requiring sufficient information to determine the reasonableness of price. Offer response must address the technical and price/cost aspects of this requirement. 3.1 Quality: The proposal shall address D16H0963D1s technical package requirements in addition to the following quality specifications. Delivery: Provide proposed Production Lead Time (PLT) and a monthly delivery rate. The Governments required PLT is 720 days After Contract Award (ACA) without First Article Testing (FAT) and 1500 days ACA with FAT. Unless otherwise authorized in the award, accelerated delivery is acceptable only if there is no additional cost or obligation to the Government for accelerated delivery. First Article Test (FAT): A FAT may be required and will be priced separately. While a request for waiver may be submitted, FAT pricing is mandatory and shall be included in your proposal. FAT may be implemented with any order at the discretion of the engineering source authority. Technical Compliance: Confirm your capability to meet Item Unique Identification (IUID) requirements per DFARS 252.211-7003. 3.2 Cost/Price: Proposal must provide sufficient detail to allow for a fair and reasonable price determination by the Government. Other Than Certified Cost or Pricing (OTCP) Data: This acquisition is not anticipated to exceed the threshold requiring Certified Cost or Pricing Data FAR 15.403-3. This is considered to be a sole source requirement; therefore, the offeror shall submit Other Than Certified Cost or Pricing Data to permit an adequate evaluation of the proposed price. Offeror may use their own format to provide at a minimum verifiable, unredacted cost data (a breakdown of all cost elements to include profit or fee which comprise the total proposed price); however, the preferred format is ProPricer. Failure to provide Other Than Certified Cost or Pricing Data may result in the offer being considered inadequate &/or deficient. ProPricer System Submission Requirements: To satisfy the requirement for submitting OTCP data, the Offeror shall provide the original, unedited ProPricer system-generated "Detail Cost Breakdown" report. This submission is mandatory. The file must be provided in its native Excel workbook format (.xlsx) with all original formulas, columns, and worksheets intact. Do not modify the file in any way after export. The submitted workbook must include, at a minimum, the following tabs: P-Sheet Direct Rates Indirect Rates CERs (if applicable) CER Factors (if applicable) Economic Order Quantity (EOQ) Pricing: To ensure optimal ordering, provide firm fixed pricing for the following quantity ranges. The Government will select the most advantageous combination of price and quantity. In addition to the ranges specified above, the Government encourages the Offeror to propose alternative Economic Order Quantity (EOQ) price ranges if different quantity breaks would result in greater cost savings or production efficiencies. Any contractor-proposed ranges should be accompanied by a brief rationale explaining the benefit. FAT Pricing: Include separate, distinct pricing for one (1) FAT unit. 4.0 EVALUATION CRITERIA 1. Minimum technical requirements. To be technically acceptable and thus, eligible for award, a proposal must conform to ALL solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements provided within all sections of this solicitation and/or within its attached addenda. Proposals receiving a technical rating of Unacceptable will be ineligible for award. 2. Price. In addition to meeting the solicitations technical and quantity increment or range requirements above and cost and pricing requirements below, the Government will evaluate a proposals pricing for reasonableness. Evaluation of a proposal's pricing will not obligate the Government to order the estimated quantities or to distribute orders in the manner evaluated. The Government may reject a proposal as Unacceptable, if its pricing is determined to be materially unbalanced. 3. Cost and Pricing Data. Offerors must provide all cost or pricing information required by FAR 15.4. Failure of a proposal to provide cost or pricing information required by FAR 15.4 will result in said proposal being deemed Unacceptable, and thus, ineligible for award. 5.0 CONTRACT LINE ITEM (CLIN) STRUCTURE Please structure your proposal in accordance with the following CLINS: CLIN Description QTY / UOM 0001AA Production Quantity 60(E) EACH Range Quantities From To 35 - 60 61 - 85 86 - 110 0001TF First Article Test (FAT) 1 LOT 0001TR First Article Test Report (FATR) 1 EACH 6.0 GOVERNMENT POINTS OF CONTACT Direct all communications and proposal submissions in writing to the contracting team If you have any questions, feel free to contact the undersigned, Lewis Fournet, Contract Specialist (lewis.fournet@dla.mil). Enclosures (Submitted via encrypted channels) 1. FAT Waiver Worksheet 2. Solicitation Clause Details 3. D16H0963D1Technical Package 4. Parts List
SPRRA226R0061 PATRIOT SPARES LOCKHEED MARTIN SOLE SOURCE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.