DPICC; Sole Source to Raytheon
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Aviation has issued a Solicitation (RFP SPRRA2-26-R-0047) for the sole-source acquisition of one Dismounted Information and Coordination Central (DPICC) (NSN: 5895-01-723-0874, P/N: 13740221-1) from Raytheon. This acquisition supports the MD6 Patriot Missile System and the Integrated Fires Mission Command (IFMC) Project, resulting in a modification to delivery order SPRBL1-15-D-0017/SPRRA2-25-F-0144. The government contemplates Firm-Fixed-Pricing. Proposals are due by April 3, 2026.
Scope of Work
The primary requirement is the delivery of one (1) Dismounted Information and Coordination Central (DPICC). This unit is crucial for the MD6 Patriot Missile System and the IFMC Project.
Contract & Timeline
- Type: Solicitation (RFP SPRRA2-26-R-0047), contemplating Firm-Fixed-Pricing.
- Nature: Sole-source modification to existing delivery order SPRBL1-15-D-0017/SPRRA2-25-F-0144.
- Set-Aside: Not applicable; identified as a sole-source acquisition to a Large Business (Raytheon Company).
- Place of Performance: Wilmington, MA 01810, United States.
- Proposal Due: April 3, 2026, at 5:00 PM ET.
- Published: March 24, 2026.
Submission & Evaluation
Proposals must include:
- A summary schedule with fully supportable cost data, working Excel formulas, and a total cost breakdown.
- Backup documentation detailing labor categories, hours, material, and equipment costs.
- Supporting cost/price documentation for all proposed subcontractors, including cost analyses for subcontracts exceeding regulatory thresholds.
- Documentation of the most recent Indirect Expense Rates (FPRA, FPRR, FPRP, Approved Provisional Rates, or other statement of current rates), validated by incurred cost submissions or historical actuals.
- Identification of key business/technical/pricing questions and points of contact (POCs) for DCMA or DCAA.
- If subcontracting more than 70% of the total cost, identification of the value-added provided by Raytheon.
- Address actual or potential Organizational Conflicts of Interest (OCIs) per FAR 9.5, or state none exist. A mitigation plan is required if OCIs are identified.
- Acknowledge export control restrictions (Arms Export Control Act) and provide JCP Certification for Export Controlled Items.
- Represent compliance with telecommunications restrictions per FAR 52.204-24(d)(1) and (d)(2), and DFARS 252.204-7016(c).
- For contractors using ProPricer, provide the original unedited Excel file with specific tabs (P-Sheet, Direct Rates, Indirect Rates, CERS, CER Factors). An intent to propose must be indicated in writing within five (5) business days.
Additional Notes
This RFP is not an authorization to start work. Offerors must read the entire RFP before submitting a proposal. No assumptions, terms, conditions, caveats, or exceptions will be accepted or incorporated into the basic contract. All communications must be submitted in writing directly to the contracting team.
Contact: Kelsey Brown (kelsey.e.brown@dla.mil)