Federal Bid

Last Updated on 03 Aug 2021 at 12 PM
Solicitation
Andover Massachusetts

Taiwan Patriot Spares

Solicitation ID SPRBL115D0017-TTASpares
Posted Date 03 Aug 2021 at 12 PM
Archive Date 02 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Land At Aberdeen
Agency Department Of Defense
Location Andover Massachusetts United states 01810

The intent of this Synopsis, in accordance with FAR 5.201, is to add the following sole-source action onto the already established contract with Raytheon Company, SPRBL1-15-D-0017. Market research suggests that Raytheon is the sole approved source capable of providing the required spares.

SPRBL1-15-D-0017 is a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of sole-source Raytheon requirements to include spare parts, repairs, engineering services, maintenance, training, kits and performance based logistics. The contract was awarded on 28 September 2015. The period of performance includes a six (6) year base period followed by one (1), four (4) year re-determinable option period. The contract maximum ceiling is $8B.

The US Army, Program Executive Office (PEO) Missiles and Space, Integrated Fires Mission Command (IFMC) has identified a need to procure the following items:

Part Number

Nomenclature

11472452

Cable Assembly, Special

11472472

Cable Assembly, Special

11472478-2

Cable Assembly, Special

11472495

Cable Assembly, Special

11472497

Cable Assembly, Special

11444520-2

Power Supply Assy

13657823-102

Adfor Module Assembly

13646202

ASG Box Assembly

11449327

Cable Assembly

11480543

Cable Assembly, Power

11472465

Cable Assembly, Power

11472471

Cable Assembly, Power

11479479

Cable Assembly, Power

11479480

Cable Assembly, Power

11472455

Cable Assembly, Special

11472459

Cable Assembly, Special

11472463

Cable Assembly, Special

11472470

Cable Assembly, Special

11472475

Cable Assembly, Special

11472998

Cable Assembly, Special

13646404

Cable Assembly, Special

13646405

Cable Assembly, Special

11472451-1

Cable Assembly, Special

11472451-2

Cable Assembly, Special

11472474-1

Cable Assembly, Special

11472474-2

Cable Assembly, Special

11472478-1

Cable Assembly, Special

13646599-1

Cable Assembly, Special

13657332

Cable Assy, Power

13657338-1

Cable Assy, Special

13657338-2

Cable Assy, Special

MIS-31510-213

Circuit Breaker

MIS-31510-228

Circuit Breaker

MIS-31508-220

Circuit Breaker

MIS-31510-332

Circuit Breaker

11466779-2

Circuit Card Assembly

13646513

Circuit Card Assembly

13638781-7

Circuit Card Assembly

13638782-4

Circuit Card Assembly

13646235-3

Circuit Card Assembly

13646235-4

Circuit Card Assembly

13657972-5

Circuit Card Assembly

11472001

Control Monitor

11472073

Converter Subassembly

11472075

Converter Subassembly

13646727

Converter, Analog

11474375-2

Digital Processor

13656853-23

Disk Drive Unit

13656853-24

Disk Drive Unit

11445655

Dummy Connector

11445656

Dummy Connector

411-23187-48

Encryption Device, Bulk-DSD 72A-SP

13647220-3

Equipment, Electronic-RLRIU Assembly

13657657

Exhaust Fan

13657446-1

Fan Assembly - Intake

13657628

Fan Assy

13658011

Fan Assy

13657974-10

I/O 2E Module-RLRIU:A4

UDZBA105220

Line Terminal Unit-LU220

11472782

Manifold Assembly

11470949

Manifold, Return Assy

UDZR10523/1296C

MLT-22-Control

13657190-1

Modem, Comms

11479730-3

Panel, Interconnecting

11456580-2

Panel, Interconnecting

13646825

Plate, Connector

11444219

Power Supply Assembly

13646368

Power Supply Assembly

11444524

Power Supply Assembly

11445550

Power Supply Assembly

MIS-31508-219

Relay Switch

13647068-8

RLRIU Chassis

13657825-108

RSIO Module Assembly

13646237-1

Single Board Computer

13646237-2

Single Board Computer

10274623

Stud, Electrical

10274154

Terminal Board

11453246

Terminal Board

11465053

Terminal Board

11472068

Waveguide Assembly

10274033

Wiring Harness

10274357

Wiring Harness

10274361

Wiring Harness

10274363

Wiring Harness

10274654

Wiring Harness

10274655

Wiring Harness

10274377

Wiring Harness

10274379

Wiring Harness

10274380

Wiring Harness

10274388

Wiring Harness

11477848

Wiring Harness

10274355

Wiring Harness W49

10274356

Wiring Harness W52

10274358

Wiring Harness W58

10274359

Wiring Harness W61

10274360

Wiring Harness W64

10274362

Wiring Harness W70

10274364

Wiring Harness W76

10274365

Wiring Harness W79

10274366

Wiring Harness W82

10274367

Wiring Harness W85

10274378

Wiring Harness

10274381

Wiring Harness

10274382

Wiring Harness

10274383

Wiring Harness

10274384

Wiring Harness

10274385

Wiring Harness

10274386

Wiring Harness

10274387

Wiring Harness

10274656

Wiring Harness

10274657

Wiring Harness

10273872

Wiring Harness W10

10273873

Wiring Harness W11

10273874

Wiring Harness W12

10273875

Wiring Harness W13

10273876

Wiring Harness W14

10273877

Wiring Harness W15

10273878

Wiring Harness W16

10273879

Wiring Harness W17

10274352

Wiring Harness W40

10274369

Wiring Harness W41

13658072

Wiring Harness W42

10274353

Wiring Harness W43

10274370

Wiring Harness W44

10274354

Wiring Harness W46

10274371

Wiring Harness W47

10274372

Wiring Harness W50

10273870

Wiring Harness W8

10273871

Wiring Harness W9

13659556

Antenna Control

421-24265-02

Smart Module (64K)

11465084

Cable Assembly

11442003

Microwave Devices

11467730

Microwave Devices

11437657

Microwave Devices

11467693

Microwave Devices

11437659

Microwave Devices

11437653

Microwave Devices

13646456

Microwave Devices

11441562

Microwave Devices

11442002

Microwave Devices

13657696

Microwave Devices

13657695

Microwave Devices

13657698

Microwave Devices

13659558-101

Microwave Devices

The Government does not own the complete specifications, plans, or drawings and intends to contract only with approved sources under the authority of 10 U.S.C. 2304 (c) (I). Approved Source(s): Raytheon Company (CAGE 05716).

Only the source previously approved by the government for supply of these items will be solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source, please review the following steps that identify the technical data needed to demonstrate that a prospective contractor can competently manufacture a NIIN or provide a service to the same level of quality or better than the Approved Source.  For an Alternate Product Please Submit in Accordance with the Following:

An Alternate Offeror shall respond to the Contracting Specialist, Adam Sheir: [email protected], 410-459-2972 on whether they intend to offer the Government an alternative product and submit support documentation.

The review process for alternate offerors can take over 180 days from the date the alternate offeror package is received. Once a decision is made, you will receive a notification advising you of the results.

Alternate products may include a previously reverse-engineered product or a previously-approved product; and shall furnish the data required. Any product offered must be either the product cited from the Item Description listing above or be physically, mechanically, electrically, and functionally interchangeable with the product cited:

(1) The Offeror must indicate that an alternate product is being offered if the Offeror is any one of the following:

(i) An Offeror who (A) manufactures the item for an approved source currently cited; and (B) does not have authorization from that approved source to manufacture the item, identify it as the approved source part number, and sell the item directly to the Government;

(ii) A dealer/distributor offering the product of a manufacturer that meets the description in subparagraph (i) above;

(iii) An Offeror of a previously reverse-engineered product that is not currently cited; or(iv) Any other Offeror who does not meet the criteria in subparagraphs (b)(1), (d), or (e) of this provision.

(2) If an alternate product is offered, the Offeror shall furnish legible copies of all drawings, specifications, or other data necessary to clearly describe the characteristics and features of the alternate product being offered. Data submitted shall cover design, materials, performance, function, interchangeability, inspection and/or testing criteria, and other characteristics of the offered product. If the offered product is to be manufactured in accordance with data the Offeror has obtained from elsewhere within the Government, the Offeror shall either furnish the detailed data specified in this paragraph, or supply a description of the data package in its possession; i.e., basic data document and revision, the date the data was obtained and from whom (Government agency/activity). If the Offeror does not furnish the detailed data with its offer, the Contracting Officer will be unable to begin evaluation of the offered product until such time as the detailed data can be obtained from the Government agency/activity possessing the data. If the alternate product is a previously reverse engineered product, the Offeror shall provide: traceability documentation to establish that the offered item represents the item specified (i.e., invoice from an approved source or submission of samples having markings of an approved source); number of samples that were examined; the process/logic used; raw data (measurements, lab reports, test results) used to prepare drawings or specifications for the offered item; any additional evidence that indicates the reverse-engineered item will function properly in the end item; and any evidence that life cycle/reliability considerations have been analyzed.

(3) In addition, the Offeror may be required to furnish data describing the exact product cited. The data required from the Offeror depends on the level of technical data describing the exact product, if any, available to the Government. The possible levels of technical data the Government may have and the corresponding data submission requirements for Offerors are identified in subparagraphs (a)-(d) below. For the item(s) being acquired under this solicitation, the level of data in the Governments possession and the corresponding requirements for data submission are identified; or, if not specified, are as follows: [buyer insert (a), (b), (c), or (d), as applicable]. (If the level of data in the Governments possession and Offeror requirements for data submission are not identified in either the POT or PID or in this subparagraph (c)(3), then subparagraph (i) below applies.)

(i) No data: This Agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c)(2) of this provision, the Offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited, sufficient to establish that the Offeror's product is equal to the product cited.

(ii) Adequate proprietary (i.e., limited rights) data: This Agency possesses adequate drawings and/or specifications for the exact product as cited, but such data are proprietary (i.e., limited rights) and shall be used only for evaluation purposes. The Offeror must furnish the data required in subparagraph (c)(2) of this provision, but is not required to submit data on the exact product.

(iii) Inadequate data: This Agency does not have adequate data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c)(2) of this provision, the Offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited, sufficient to establish that the Offeror's product is equal to the product cited.

(iv) Adequate catalog data: This is a commercial off the shelf item. Adequate catalog data are available at the contracting office to evaluate alternate offers. In addition to the data required in subparagraph (c)(2) of this provision, the Offeror must furnish with its offer a commercially-acceptable cross reference list; or legible copies of all drawings, specifications or other data necessary to clearly describe the characteristics and features of the alternate product being offered, sufficient to establish that the Offeror’s product is equal to the product cited. The Offeror is not required to submit data on the exact product.

(4) The Contracting Officer will not evaluate offers of alternate product (which includes offers of previously reverse-engineered product) for the current procurement. Instead, the Offeror shall submit a request to the appropriate location for evaluation of the alternate products technical acceptability for future procurements of the same item.  The request for evaluation shall cite the national stock number (NIIN) of the exact product and, as identified in this synopsis, include the applicable level of technical data on the alternate and exact products. The level of technical data that the Government has available for use to evaluate the acceptability of an alternate product offered, and the corresponding level of technical data that must be furnished with an offer of alternate product, will be identified either or in paragraph (c)(2) of the provision at 52.217-9002. If the level of data and submission requirements are not identified in either of these locations in the solicitation, then 52.217-9002(c)(3)(i) applies.

To be considered for the existing requirement, approved sources responding to this notice of intent shall be submitted no later than fifteen (15) days from the date of synopsis. Please note, if evaluation of an approved alternate Offeror cannot be processed in time and/or approval requirement preclude the ability to obtain subject items in time to meet government requirement, award of the subject requirement will proceed.

This synopsis does not constitute a solicitation and shall not be construed as a commitment by the Government. If you have any questions, please contact Adam Sheir at [email protected].

Bid Protests Not Available

Similar Past Bids

Aberdeen proving ground Maryland 02 Oct 2020 at 1 PM
Location Unknown 19 Jul 2018 at 9 PM
Aberdeen proving ground Maryland 24 Aug 2020 at 8 PM
Location Unknown 17 Sep 2019 at 1 PM
Andover Massachusetts 07 Dec 2020 at 6 PM

Similar Opportunities

Redstone arsenal Alabama 12 Jul 2025 at 12 AM
Redstone arsenal Alabama 31 Jul 2025 at 12 AM
Redstone arsenal Alabama 01 Aug 2025 at 9 PM
Redstone arsenal Alabama 01 Aug 2025 at 9 PM