Skip to content
Department of Defense

FMS Depot Level Diagnostic Repair and Return (R&R) of Patriot Missile Weapons System

Solicitation: FMSRRFOFY27
Notice ID: 645ae24aca4c415dbd7a225008f2b0cb
TypeSources SoughtNAICS 541990DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateMDPostedFeb 20, 2026, 12:00 AM UTCDueMar 06, 2026, 09:00 PM UTCCloses in 12 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 06, 2026. Industry: NAICS 541990.

Market snapshot

Awarded-market signal for NAICS 541990 (last 12 months), benchmarked to sector 54.

12-month awarded value
$175,320,778
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$38,599
P10–P90
$14,765$467,614
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)
+100%($175,320,778)
Deal sizing
$38,599 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 →
Map for MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • 21005 United States
State: MD
Contracting office
Aber Prov Grd, MD • 21005 USA

Point of Contact

Name
Johnny Woods
Email
johnny.woods@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA LAND
Office
DLA LAND ABERDEEN • DLA LAND AT ABERDEEN
Contracting Office Address
Aber Prov Grd, MD
21005 USA

More in NAICS 541990

Description

The Integrated Fires Mission Command (IFMC) Program Office is issuing an announcement for award of a five (5) year task order under the Defense Logistics Agency’s (DLA) Corporate Indefinite Delivery, Indefinite Quantity contract (SPRBL1-25-D-0006).

This Government requirement is to establish a Depot Level R&R program which includes inspection, testing, recertification and repair of each assembly or secondary items of the PATRIOT Missile Weapon System. The contractor is required to own Special Acceptance and Inspection Equipment (SAIE) and the required software to run the SAIE.

Request that interested contractors provide the following:

1.           A description of your company's expertise and experience in providing Depot Level Repair and Return of PATRIOT Missile Weapon System Assemblies and Subassemblies, which includes inspection, repair, and testing and recertification activities.

2.           Describe, in general, your company's approach to developing the capability to provide Depot Level R&R activities which include testing, repair, recertification and repair activities for a performance period beginning 1 January 2022.

The Government is seeking interested contractors to provide Depot Level Diagnostic Repair and Return (R&R) of PATRIOT Missile Weapon System diagnosis, recertification, modifications, upgrades, repair, and return of missile and ground support equipment secondary items of the Patriot weapon systems for foreign military sales (FMS) customers.  The Government will not issue a Technical Data Package (TDP) for this requirement. The contractor shall furnish materials, equipment and resources required to perform depot level diagnosis and repair and return of PATRIOT Missile Weapon System of the U.S. Government. The contractor shall provide facilities and shall accomplish all repair efforts at the contractor's facilities.

The performance period for this effort will commence not later than 1 July 2027.

Once awarded, the IFMC program office will manage this effort.

Responsible sources may identify their interest and provide capability statements to Government to establish their ability to satisfy customer requirements.

Currently, the following is the only known source for these services:

Raytheon Company

Cage Code: 05716

350 Lowell St

Andover, MA, 01810-4400
 

This is a sources-sought announcement only for informational and planning purposes and does not constitute a solicitation. This sources sought notice is being issued to accomplish market research and support planning for the requirements listed below. The Government will not pay for any information or reimburse any costs incurred in responding to this RFI. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

The Government has not authorized, appropriated or received any funding for the supplies and services described herein. The Government may use the information provided in developing its acquisition strategy. Interested parties are responsible for appropriately marking any proprietary, restricted or competitive information contained in any response.

Please note that this is not a Request for Proposal (RFP). This notice is provided for planning purposes and is not to be construed as a commitment by the U.S. Government.

Responses to this Sources Sought Notice can be Johnny Woods (johnny.woods@dla.mil).

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.