Official Letter RFP, Sole Source to On-Point Defense

Agency: DEPT OF DEFENSE
State: Florida
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159729377785847
Posted Date: Apr 4, 2024
Due Date: May 3, 2024
Solicitation No: SPRRA2-24-R-0051
Source: Members Only
Follow
Official Letter RFP, Sole Source to On-Point Defense
Active
Contract Opportunity
Notice ID
SPRRA2-24-R-0051
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 04, 2024 08:30 am CDT
  • Original Date Offers Due: May 03, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1440 - LAUNCHERS, GUIDED MISSILE
  • NAICS Code:
    • 336415 - Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
  • Place of Performance:
    Fort Walton Beach , FL
    USA
Description

April 03, 2024

On-Point Defense Technologies

737 Hollywood Boulevard

Fort Walton Beach, FL, 32458

RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0051 Mr. John Diesel,

The Defense Logistics Agency (DLA) intends to create a new subsumable contract and award it against the On-Point Defense Long Term Contract, SPRRA2-23-D-0004. These parts will support the Improved Bradley Acquisition Subsystem.

See ATTACHMENT 0001 – Performance Work Statement

DLA Contracting Team Identification:

Mallory Medley, DLA Aviation- Huntsville

Contracting Officer E-mail: mallory.medley@dla.mil, Phone: 256-616-6502

Anna Phillips, DLA Aviation- Huntsville

Contract Specialist E-mail: anna.phillips@dla.mil, Phone: 256-214-9734

A. Please adhere to the following timelines:

1. Indicate your intention to provide a responsive add-on proposal to this RFP in writing within five (5) business days. It is requested that a negative response be accompanied by an explanation. Responses shall be provided to the contracting team identified above.

2. Your response is requested as soon as possible. If you choose to submit an add-on proposal, it shall be submitted before 4:00 p.m. Central Standard Time (CST), May 03, 2024.

B. Instructions:

1. The Umbrella contract (SPRRA2-23-D-0004) shall govern the Contractor’s and Government’s rights and obligations.

2. Contract clauses are governed by the Umbrella contract, SPRRA2-23-D-0004.

3. This RFP is not an authorization to start work.

4. Please ensure that you read the entire RFP, prior to submitting your proposal. Your proposal shall be in full compliance with the instructions of this RFP.

5. Your proposal shall remain valid for a minimum of one hundred and eighty (180) days from receipt by the government.

C. Proposal Content/Cost/Price Supporting Documentation. At a minimum, your proposal shall include the following:

1. The Government contemplates Firm-Fixed-Pricing for this new subsumable effort in accordance with the overarching basic contract, and requests pricing for FY24 & FY25 on only the repair effort at this time.

2. The attached Performance Work Statement provides the outline for the repair effort.

a. A FFP price/fee will be established for the tear down, inspect, and evaluation for each part.

b. With the evaluation, a report will be provided to the Government detailing the issues identified, along with the cost to repair the item (labor and material). At that time, a FFP will be negotiated to fix the particular part.

c. If an item is deemed beyond economical repair, the Contractor will be provided disposition instructions.

3. The offeror shall prepare one summary schedule for the tear down, inspect, and evaluation fee. Along with the summary schedule, the offeror shall provide fully supportable cost data which substantiates the offeror’s summary schedule for the P/Ns.

a. To comply with this solicitation, the offeror is required to price the tear down, inspect, and evaluation fee at QTY 1 E/A for the parts listed in the SOW.

b. Additionally, the offeror is required to propose repair labor wrap rates for FY24 & FY25, for when the evaluation report is provided back to the Government it includes the number of proposed labor hours and material.

c. A profit rate shall be agreed upon and established for the repair line.

d. The government did not provide separate Subcontract Line-Item Numbers (SLINs) to accommodate items that may require reusable shipping containers. However, if an item requires a reusable shipping container, a SLIN may be added to allow the offeror to price the item with a shipping container. The offeror shall propose the most expeditious delivery schedule for each item.

e. An un-sanitized cost breakdown (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File.

f. In support of the proposed wrap rates, the contractor(s) shall provide documentation of the most recent Indirect Expense Rates, to include, at least one of the following (A, B, or C):

A. Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMA

B. Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA

C. Forward Pricing Rate Proposal (FPRP), Approved Provisional Rates Proposal or other statement of current rates including three (3) years of Incurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or Three (3) years historical actual detailing pools and bases (by expense accounts) information which validates the calculations.

Note: The rates reflected in the FPRA, FPRR, FPRP, Approved Provisional Rates Proposal or other statement of current rates shall directly match the

proposed rates as detailed in the proposal. If the rates do not match, the offeror shall provide sufficient detail explaining how the proposed rates are realistic.

g. Identify key business unit personnel related to contracting, technical and pricing questions and known DCMA or DCAA business unit points of contact (POCs) to expedite the question/review process.

h. In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if On-Point intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, On-Point shall identify in its proposal a description of the value-added provided by On-Point as related to the work to be performed by the subcontractor(s) as defined by FAR clause 52.215-22.

i. On-Point shall identify and address in its proposal all actual or potential Organizational Conflicts of Interests (OCIs), per FAR 9.5, or state that there are no known potential OCIs. If any actual or potential OCIs are identified, then On-Point shall submit a mitigation plan.

j. All communications SHALL be submitted in writing ONLY AND directly to the individual(s)’s email address identified on the first page of this RFP. On-Point shall not contact any other Government personnel other than the person(s) identified above. Contacting any Government personnel other than the individual(s) identified above could result in an organizational conflict of interest (OCI).

k. No assumptions, terms, conditions, caveats or exceptions submitted within your proposal, in response to this RFP, will be accepted or incorporated into the basic contract. All assumptions shall be addressed and/or resolved through the use of the question-and-answer period.

Be advised that this requirement has been advertised in SAM.gov website for viewing by the general public. In the event another supplier indicates interest in responding to the requirement as a result of viewing the synopsis, a formal solicitation will be issued to accommodate that supplier.


Attachments/Links
Contact Information
Contracting Office Address
  • DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD
  • REDSTONE ARSENAL , AL 35898-7340
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 04, 2024 08:30 am CDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >