Skip to content
Department of Defense

Patriot Missile - Multiple NSNs

Solicitation: SPRRA226R0057
Notice ID: 54a822908026430f9cc575b34f2a6161
TypePresolicitationNAICS 334412PSC5998DepartmentDepartment of DefenseAgencyDefense Logistics AgencyPostedMar 30, 2026, 12:00 AM UTCDueApr 20, 2026, 05:15 PM UTCCloses in 12 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: {}. Response deadline: Apr 20, 2026. Industry: NAICS 334412 • PSC 5998.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPRRA226R0057. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334412 (last 12 months), benchmarked to sector 33.

12-month awarded value
$19,558,163
Sector total $51,923,358,306 • Share 0.0%
Live
Median
$129,056
P10–P90
$37,673$423,068
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+701%($15,218,130)
Deal sizing
$129,056 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{}
Contracting office
Redstone Arsenal, AL • 35898-7340 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
THERESA BESHENICH
Email
theresa.beshenich@dla.mil
Phone
Not available
Name
Adam Henson
Email
Jeffrey.Henson@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA AVIATION
Office
DLA AVIATION HUNTSVILLE • DLA AVIATION AT HUNTSVILLE, AL
Contracting Office Address
Redstone Arsenal, AL
35898-7340 USA

More in NAICS 334412

Description

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR SOLICITATION WILL NOT RECEIVE A RESPONSE.

No telephone requests will be accepted. Direct your requests and communications to ATTN: DLA-AHCA, Theresa Beshenich, Contract Specialist, via email theresa.beshenich@dla.mil. Solicitation will be published in SAM.GOV, for all other inquiries, in the email subject line enter SPRRA226R0057, provide your name, the company name, CAGE Code and a telephone number and email address.

The Defense Logistics Agency (DLA) anticipates issuing a Letter RFP Solicitation SPRRA226R0057 to establish a 5-year Indefinite Delivery Requirements (IDR), Firm-Fixed Price (FFP) contract for the parts listed.

Those parts will be procured in accordance with the negotiated (Alpha 6) Umbrella Contract SPRBL125D0001. The basic terms and conditions of the umbrella contract shall govern the contractors and Governments’ rights and obligations.

This contract action is sole sourced to Raytheon Company: IAW 10 U.S.C. 2304 (c)(1) FAR 6.302-1. “…Only one responsible source, and no other type of supplies or services will satisfy agency requirements…” Commercial and Government Entity (CAGE) Code 05716, 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.

NSN:                            PART NUMBER:    NOUN:     NAICS:   # OF EMPLOYEES:  AMRC CODE:

6625-01-525-7028;       11481078;            TEST SET, ELECTRICAL;       334412;        750;         4B;

5998-01-713-7170;       13739876-1;         ELECTRONIC COMPONEN;  334412;        750          3B

5895-01-713-8426;       13739870-1;         DISTRIBUTION UNIT,R;         334290 ;        600         3B

5998-01-713-7465;        13739871-2;        ELECTRONIC COMPONEN;  334412;        750          3B

5955-01-713-8167;        13739874-1;        OSCILLATOR;                         334419;        750          3B

5998-01-713-7466;        13741030-1;        CLOCK DISTRIBUTION;         334412;        750         3B

5895-01-713-7146;        13739872-1;        DIVIDER, POWER,RADIO;     335931;        600         3B

5955-01-714-0714;        13739867-1;        OSCILLATOR SUBASSEM;    334419;        750         3B

1265-01-713-7317;        13739877-1;        RECEIVER-TRANSMITTE;     334511;        1350       3B

The nine parts will be added onto the DLA Raytheon Subsumable Contract SPRRA225D0016 as an add-on procurement. These part numbers will support the Patriot Missile System. The add-on is authorized pursuant to DLAD 52.216-9006 “Addition/Deletion of Items.”

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 and specifications 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 the 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@mail.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.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.