Loading...
SPRRA2-26-R-0053
Response Deadline
May 1, 2026, 8:00 PM(CDT)15 days
Eligibility
Contract Type
Presolicitation
INFORMATION DETAILED IN THIS NOTICE IS SUBJECT TO CHANGE AT THE DISCRETION OF THE GOVERNMENT.
No telephone requests will be accepted. Direct your requests and communications to ATTN:DLA-Huntsville Weapons Support, Michael Romine, Contract Specialist, and Jean Paul Bretz, Contract Specialist, via email michael.1.romine@dla.mil and jean.bretz@dla.mil to request the solicitation and/or drawings.
All emailed requests shall contain the following information:
1. Company Name
2. Company Address
3. Company Cage Code
4. Company Technical Point of Contact (POC) information to include name, title, telephone number, and email address.
5. Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB,Service-Disabled Veteran Owned).
Drawings shall be distributed by the DoD Safe website only once the solicitation has been posted to SAM.gov.
ATTENTION: NSN 6150-01-713-7202 IS AN EXPORT CONTROLLED ITEM AND IS SUBJECT TO ALL EXPORT CONTROL REQUIREMENTS. ANY OFFERORS WHO REQUEST THE AVAILABLE DRAWINGS, TECHNICAL DATA, AND TDPLS, SHALL HAVE AN ACTIVE DLA JOINT CERTIFICATION PROGRAM (JCP) REGISTRATION. THIS ALSO INCLUDES OFFERORS WHO HAVE AN EXPIRED JCP REGISTRATION. DLA HUNTSVILLE WEAPONS SUPPORT CANNOT ASSIST WITH THE JCP REGISTRATIONS AS THIS IS HANDLED BY OTHER DLA WEAPONS SUPPORT DIRECTORATES.
PRON: D16H0927D1
The Government proposes to acquire One Firm Fixed Price (FFP) Five-Year Indefinite Delivery/Indefinite Quantity (IDIQ) Contract the following part:
Noun: Cable Assembly, Power
NSN Number: 6150-01-713-7202
Part Number: 11479307-2
Quantity: Minimum Quantity: 40 Each Maximum Quantity: 220 Each
Weapon System: M-D6 Patriot Weapon System
NAICS Code: 335311
Size Standard: 800Employees
NSN Testing: Government Production Lot Testing is applicable to this NSN.
IDIQ Contract Minimum Guarantee: 40 Each
This procurement is a total Econimically Disadvantaged Woman Owned Small Business (EDWOSB) Set aside in accordance with FAR Part 19.15 - Women-Owned Small Business Program. ONLY OFFERS FROM EDWOSB CONCERNS SHALL BE ACCEPTED.
Government Production Lot Test Requirements:
Number Of Samples To Be Tested: Entire Lot
Inspection: Destination
Acceptance: Destination
Deliver FOB: Destination
By: 285 Days After Contract Award (Daca)
Government Review/Approval Days: 60
Ship To: (W31P0W) Pr W0L9 Us ARMY AVN & Missiles CMD
Redstone Technical Test Center
Cottonwood Rd BLDG 8022 MF 4500
Redstone Arsenal, Al 35898-8052
Minimum Guarantee Delivery Order:
The Minimum Guarantee for the awarded IDIQ contract shall be the first delivery order. The first issued delivery order shall be for the minimum quantity of 40 Each. The minimum guaranteed delivery order shall be issued at the discretion of the government at any time during the awarded contract period of performance. The government intends on issuing the minimum guaranteed delivery order at the time of the IDIQ Contract award or shortly thereafter (within 30 days of IDIQ Contract award).
This action is being procured under AMSC 2G which states: The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. Suitable for competitive acquisition for the second or subsequent time.
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. The solicitation shall not close prior to the date stated on the solicitation posting notice. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies.
The solicitation shall be open for a minimum of 30 days from the date it is published. This requirement is a non-commercial procurement. The Government intends to issue ONE FIRM FIXED PRICE (FFP) FIVE YEAR IDIQ CONTRACT award from this announcement, using FAR PART 15 procedures. Offerors whose proposals exceed $2,500.00.00 are required to submit Certified Cost and Pricing Data in accordance with the requirements under FAR Part 15 and in accordance with the forthcoming solicitation.
Export Control:
THIS ACQUISITION CONTAINS 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 UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. ALL POTENTIAL OFFERORS MUST HAVE AN ACTIVE JOINT CERTIFICATION PROGRAM (JCP) PROFILE/REGISTRATION TO BE CONSIDERED AN ELIGIBLE SOURCE.
Evaluation Criteria:
The Government shall use the Lowest Price Technically Acceptable (LPTA) evaluation criteria. The award shall be made to the offeror who is technically acceptable but has the lowest total offeror price. The specific evaluation criteria shall be detailed in Section M of the published/synopsized solicitation SPRRA2-26-R-0053.
Michael Romine
Jean Paul Bretz
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DLA AVIATION
DLA AVIATION HUNTSVILLE
AL DLA AVIATION AT HUNTSVILLE
DLA AVIATION AT HUNTSVILLE, AL
DLR PROCUREMENT OPERATIONS (AH)
5201 MARTIN ROAD
REDSTONE ARSENAL, AL, 35898-7340
NAICS
Power, Distribution, and Specialty Transformer Manufacturing
PSC
MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT
Set-Aside
SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15)