Opportunity

SAM #SPRRA226R0079

PATRIOT Weapon System Kuwait Deferred OPTEMPO Spares – Sole Source to Raytheon

Buyer

DLA AVIATION AT HUNTSVILLE, AL

Posted

May 05, 2026

Respond By

May 08, 2026

Identifier

SPRRA226R0079

NAICS

336419, 334418, 336414, 334290

This opportunity seeks sources for specialized spares supporting the PATRIOT Weapon System under the Kuwait Deferred OPTEMPO program: - Government Buyer: - Defense Logistics Agency (DLA) Aviation at Huntsville, AL, supporting Foreign Military Sales for the PATRIOT system - OEMs and Vendors: - Raytheon (highlighted as the sole source and primary OEM) - Products/Services Requested: - Wide range of electronic and communication hardware for military use, including: - Lightning arresters (part numbers: 11478627-2, 13706759-1, 11481461-3; quantities: 2, 3, 10) - Missile guidance consoles (13638919-13; quantities: 12, 6) - Display cables and touchscreen cables (13638919-4, 13638919-5, 13638919-17; quantities: 1 each) - Patch panels and panel assemblies (multiple part numbers, e.g., 13656799-2, 13704681-9, 13704681-13; quantities: 1-9 per item) - LCD display units (13662044-2; quantity: 2) - Ruggedized laptop computer systems and install sets (13658349-5, 13658349-6, 13658349-9, 13704697-1, 13662337-2; quantities: 1-15 per item) - Surge arrestors, Heliax cable kits, DAGR memory batteries, telephones, and miniature assemblies - All items are specialized for defense and communications applications - Unique/Notable Requirements: - Emphasis on manufacturing, integration, inspection, and testing of spares for military ground support equipment - All items must meet stringent military specifications for ruggedness and reliability - Raytheon is the only currently approved source, but other OEMs may seek source approval for future opportunities - Supply chain management, logistics, and material forecasting are required capabilities

Description

SAM.GOV Sources Sought

Class Code: NAICS Code: 336419 Subject: Kuwait Deferred OPTEMPO Spares Solicitation Number: SPRRA2-26-R-0079 Set Aside Code: N/A Response Date: (MM) (DD) (YYYY) 3 days Place of Performance: ( )

Description: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of the Kuwait Deferred Operational Tempo (OPTEMPO) Spares in support of the Phased Array Tracking Radar to Intercept on Target (PATRIOT) Weapon System. This effort includes manufacturing, integration, inspection, and testing of Spares. This will be placed on the existing subsumable indefinite delivery requirements (IDR) type contract (SPRRA2-25-D-0016) in support of the PATRIOT Missile System Ground Support Equipment (GSE), in the Foreign Military Sales division of the Portfolio Acquisition Executive (PAE) Fires Integrated Fires Mission Command (IFMC) Project Office.

See “Attachment 0001_Kuwait Deferred Spares List” for a complete list of part numbers.

It is contemplated that this award will be made to Raytheon, CAGE Code: 05716, utilizing Other than Full and Open Competition in accordance with FAR 6.302-1(a)(1), having only one responsible source. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only one responsible source. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing inquiries to the POCs listed with this announcement. The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance.

DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

View original listing