multiple NSNs/ CIRCUIT CARD ASSEMBLY

Agency: DEPT OF DEFENSE
State: Alabama
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159250689681870
Posted Date: Mar 27, 2024
Due Date: Mar 28, 2024
Solicitation No: SPRRA2-24-R-0014
Source: Members Only
Follow
multiple NSNs/ CIRCUIT CARD ASSEMBLY
Active
Contract Opportunity
Notice ID
SPRRA2-24-R-0014
Related Notice
SPRRA2-23-R-0089
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 View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 27, 2024 09:40 am CDT
  • Original Published Date: Nov 09, 2023 03:12 pm CST
  • Updated Date Offers Due: Mar 28, 2024 04:00 pm CDT
  • Original Date Offers Due: Jan 08, 2024 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 12, 2024
  • Original Inactive Date: Jan 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

DEFENSE LOGISTICS AGENCY

Aviation

5201 MARTIN ROAD

Redstone Arsenal, Alabama 35898

IN REPLY REFER

DLA AHCA October 30, 2023 Raytheon Company 350 Lowell Street, Andover, MA 01810 RE: Letter Request for Proposal SPRRA2-24-R-0014Ms. Vickie Nolan, The Defense Logistics Agency (DLA) wishes to add the part numbers listed in enclosure 1 to the DLA-Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017. The NSN/Parts will support the Patriot Missile System. The add-on is authorized pursuant to DLAD 52.216-9006 “Addition/Deletion of Items” as well as the scope statement that was included in contract SPRBL1-15-D-0017. This add-on will add a total of six (6) Parts listed in enclosure 1. DLA Contracting Team Identification: Mallory R. Medley, DLA Aviation- Huntsville Contracting Officer E-mail: MALLORY.MEDLEY@DLA.MIL phone: (256) 616-6502David Bennett, DLA Aviation- Huntsville Contracting Specialist E-mail: david.b.bennett@dla.mil, Phone: (256) 309-7655A.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). January 8, 2024.

B.Instructions:

1.The negotiated contract (SPRBL1-15-D-0017) shall govern the Contractor’s andGovernment’s rights and obligations.

2.Contract clauses are governed by the basic agreement. No alternate or additional clausesshall be submitted with this proposal. Clause suggestions will flow through the RaytheonIDIQ Service Center representative managing this contract to the Primary ProcuringContracting Officer. Raytheon can propose alternate terms and conditions asassumptions to their proposal.

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

4.Please ensure that you read the entire RFP, including all the enclosures, prior tosubmitting your proposal. Your proposal shall be in full compliance with theinstructions of this RFP.

5.The Proposal must provide a range covering the Min, Max Quantities while alsoproposing and certifying to the 2 Year Best Estimated Quantity (BEQ), which isdetermined as the highest priced alternative to the Government, per FAR 1.108 andshall be used for Total Proposed Price evaluation.

6.The list of Parts in Enclosure 1 under the IOR tab, are labeled per NSN or PartNumber to bid / price pending which the price pending items will remain on thecontract in a price pending category.

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

8.Raytheon shall only propose sole source items under this contract. Raytheon shallnotify the Government immediately if the items or services being solicited are not solesource to Raytheon.

9.If any unit price per part proposed is above the $500,000.00 threshold, Raytheon shallsubmit a First Article Test (FAT) waiver worksheet and propose FAT until waiver isapproved.

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

1.The Government contemplates Firm-Fixed-Pricing for these add-on items in accordancewith the overarching basic contract, and requests pricing for two (2) years. This is an RFPfor NSN/Part Number support requirements generated by the Army Contracting Center(ACC) for the Lower Tier Project Office (LTPO) used on the Patriot Missile System.The add-on Identification of Requirements (IOR) and Packaging Sheets are provided inenclosure 1 and 2 respectively.

2.The offeror shall prepare one summary schedule as provided in Enclosure 5, PatriotMissile System Add-On Schedule of Supplies in a Microsoft Excel file (Cost.xls) utilizingthe specific headers provided within. The offeror’s summary schedule shall provide thecontract line item numbers (CLINs), National Stock Numbers (NSNs) to record the totaloverall price offered and applicable tabs within Enclosure 5. Along with the summaryschedule, the offeror shall provide fully supportable cost data which substantiates theofferor’s summary schedule for all CLINs and all ranges. The submission must include acost model in MS Excel for the proposing CAGE as well as any sub-tier organizationCAGE to include the calculating formulas and containing the direct costs, intermediateand final indirect costs or factors, as well as proposed profit; totaling the price proposed.Submission shall be in accordance with FAR 15.408, Table 15-2, Instructions forSubmitting Cost/Price Proposals When Certified Cost or Pricing Data are required. Backup documentation shall detail the labor categories to be used, labor hours proposed bycategory, material and equipment cost. The offeror shall provide the cost documentationfor all proposed subcontractors, to include the proposed type of subcontract.

a.To comply with this solicitation, the offeror is required to price thefollowing Ordering Periods (OP 11- OP 12):

OP 11 - January 1, 2024 - December 31, 2024

OP 12 - January 1, 2025 - September 26, 2025

b.Per FAR 15.408 Table 15-2, cost analyses must be performed by the offerorfor subcontracts identified in the Consolidated Bill of Materials as having totalproposed pricing that exceeds the regulatory threshold indicated in FAR Part15.403-4 for the 2 Year BEQ only. Fair and reasonable subcontractor analysisin accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shallbe provided for the 2 year BEQ only.

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

d.A sanitized cost break-down (no cost information, no rates/dollars) shall also beprovided in a Microsoft Excel File.

e.In support of the proposed Indirect Expense Rates, RTN, IOTs and itssubcontractor(s) shall provide documentation of the most recent IndirectExpense 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 RatesProposal or other statement of current rates including three (3) to four (4)years of Incurred Cost Submissions to DCAA detailing pools and bases (byexpense accounts) information which validates the calculations or three (3)to four (4) years historical actual detailing pools and bases (by expenseaccounts) 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.

f.Identify key business unit personnel related to contracting, technical and pricingquestions and known DCMA or DCAA business unit points of contact (POC’s) toexpedite the question/review process.

g.In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges,if Raytheon intends to subcontract more than 70 percent of the total cost of workto be performed under the resulting add-on, Raytheon shall identify in its proposala description of the value-added provided by Raytheon as related to the work to beperformed by the subcontractor(s) as defined by FAR clause 52.215-23.

h.DFARS Clause 252.211-7003, Item Unique Identification and Valuation isapplicable in this Letter Request for Proposal and forthcoming contract.

i.In accordance with the Section H, Add/Delete Process of basic contractSPRBL1-15-D-0017, “within 14 days of proposal submission to the Governmentunder the Add/Delete process, Raytheon shall complete an evaluation of theAdd-on population Bill of Materials (BOM). Additionally, they shall evaluate theAdd-on population BOM against the current contract BOM for the same systemif parts for that system are currently on contract. If commonalities occur,Raytheon shall provide a market pricing cost report.”

j.Raytheon shall assert restrictions on technical data or software as required; whenRaytheon shall deliver with less than Unlimited Rights IAW DFARS 252.227-7017, Enclosure 4.

k.Raytheon 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 Raytheon shall submit a mitigation plan.

l.The Government reserves the right to award the NSNs of this solicitation eitheron the same contract modification or separate contract modification. If anyNSNs trip a Cost and Price Analysis (CAPA) threshold, and delay submissionon a proposal, we advise Raytheon to propose those separately. Those proposedseparately will be awarded on a separate contract modification.

m.All communications SHALL be submitted in writing ONLY AND directly tothe contract specialist email address identified on the first page of this RFP.Raytheon shall not contact any other Government personnel other than theperson(s) identified above. Contacting any Government personnel other than theindividual(s) identified above could result in an organizational conflict ofinterest (OCI).

n.No assumptions, terms, conditions, caveats, or exceptions submitted withinyour proposal, in response to this RFP, will be accepted or incorporated into thebasic contract. All assumptions shall be addressed and/or resolved using thequestion-and-answer period.

o.Raytheon shall submit their Small Business Plan with their proposal as a separatedocument SBxxxx.doc. This enclosure will be used to ensure Raytheon is on trackto meet the goals established in the base contract.

p.Progress payment clause 52.232-16 lives on the basic contract SPRBL1-15-D-0017. If you wish to receive progress payments, you shall note that in yourproposal. Progress Payments will be agreed to during negotiations and added toeach applicable delivery order.

q.Prohibition on the acquisition of covered defense telecommunications equipmentof service clause 252.204-7018 will be added to each applicable delivery order.

If you have any questions, feel free to contact David Bennett at david.b.bennett@dla.mil.

Sincerely,

Mallory R. Medley

Chief, Missile Division

E-mail: Mallory.Medley@dla.mil

Phone: (256) 616-6502

Enclosures listed below:

Enclosure 1: Identification of Requirements Enclosure 2: Packaging Sheets and Chart

Enclosure 3: Required Reps and Certs (FAR 52.204-8) Enclosure 4: Data Rights Assertions DFARS 252.227-7017

Enclosure 5: Patriot Missile System Add-On Schedule of Supplies


Attachments/Links
Contact Information View Changes
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

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 >