Target Acquisition System

Agency: DEPT OF DEFENSE
State: Texas
Level of Government: Federal
Category:
  • 12 - Fire Control Equipment
Opps ID: NBD00159693033646615
Posted Date: May 30, 2023
Due Date: Jun 30, 2023
Solicitation No: SPRRA2-23-R-0027
Source: Members Only
Follow
Target Acquisition System
Active
Contract Opportunity
Notice ID
SPRRA2-23-R-0027
Related Notice
SPRRA2-23-R-0027
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 30, 2023 01:34 pm CDT
  • Original Date Offers Due: Jun 30, 2023 04:49 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1260 - FIRE CONTROL DESIGNATING AND INDICATING EQUIPMENT
  • NAICS Code:
    • 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    McKinney , TX 75071
    USA
Description

Amendment 0001



DLA AHCA

May 17, 2023

Raytheon Intelligence & Space

2501 W. University Drive

McKinney, TX 75071

RE: Amendment 0001 to Letter Request for Proposal SPRRA2-23-R-0027

Ms. Tina Adeyemi,

The purpose of this amendment to Letter Request SPRRA2-23-R-0027 is to extend the proposal due

date from April 23, 2023 to June 30, 2023.





DLA AHCA

February 23, 2023

Raytheon Intelligence & Space

2501 W. University Drive

McKinney, TX 75071

RE: Letter Request for Proposal SPRRA2-23-R-0027

Ms. Tina Adeyemi,

The Defense Logistics Agency (DLA) wishes to add Twenty-One (21) Part Numbers for the Unit Test Station

(UTS), Twenty-Four (24) Part Numbers for Spares and the Construction, Design and Labor of the Improved

Target Acquisition System (ITAS) Unit Test Station (UTS) to be added to the Raytheon Alpha V Long-Term

Contract, SPRBL1-15-D-0017.

DLA Contracting Team Identification:

Justine Kirk, DLA Aviation- Huntsville Contracting Officer

E-mail: justine.kirk@dla.mil, Phone: (256) 690-5424

Michael Ellison, DLA Aviation- Huntsville Contracting Officer

E-mail: michael.ellison@dla.mil, Phone: (256) 690-5751

Greg McCreless, DLA Aviation-Huntsville Contract Specialists

E-mail: gregory.mccreless@dla.mil Phone (256) 309-9765

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 5:00 p.m.

Central Standard Time (CST), April 23, 2023.

B. Instructions:

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

Government’s rights and obligations.

2. Contract clauses are governed by the basic agreement. No alternate or additional clauses

shall be submitted with this proposal. Clause suggestions will flow through the Raytheon

IDIQ Service Center representative managing this contract to the Primary Procuring

Contracting Officer. Raytheon can propose alternate terms and conditions as

assumptions to their proposal. All proposed assumptions shall be discussed during

negotiations and agreed upon in writing prior to the confirmation of negotiation letter.

3. This RFP is not an authorization to start work. Any risk taken on for this requirement shall

not be reimbursed by the Government.

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. The Proposal must be certified to the 1 Year Best Estimated Quantity (BEQ) for each Excel

Tab listed on the Identification of Requirements (Enclosure 002), which is determined as

the highest priced alternative to the Government.

6. 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 add-on item in accordance with

the overarching basic contract, and requests pricing for one (1) year. This is an RFP for

Construction, Design and Labor of the Improved Target Acquisition System (ITAS) Unit

Test Station (UTS) is generated by the Tactical Aviation and Grounds Munitions

(TAGM) Project Office.

a. All hardware will be delivered to the Government per the below:

Fairdale Distribution Center

Raytheon ITAS CLS

1001 Cheri Way

Fairdale, KY 40118

DODAAC: CLOWRX

ATTN: Heather Neal @502-375-7231.

Mark For: FMS Taiwan UTS Test Station, contact Michael Luong @

256-842-9971 for Further Instructions.

b. The Government will provide the below Government Furnished Material for

consumption and delivery with the UTS.

Description Part Number Qty Date Needed

Cable, Interface 3238461-1 1 30 days after contract award

Mount Assembly, TAS 3167565-1 1 30 days after contract award

c. The Government will provide the below Government Furnished Equipment items

on a rent-free non-interference use (RFNIU) basis with Contract W31P4Q-22-C-

0058:

Description Part Number Date Available

Target Acquisition System (TAS) 3215508-Any 90 days after contract award

Fire Control Subsystem (FCS) 4971800-Any 90 days after contract award

2. The offeror shall prepare one summary schedule. This buy supports the task to provide

Limited Production ITAS UTS. Along with the summary schedule, the offeror shall

provide fully supportable cost data which substantiates the offeror’s summary schedule for

this effort. Submission must include working excel formulas. Submission shall be in

accordance with FAR 15.408, Table 15-2, Instructions for Submitting Cost/Price

Proposals when Certified Cost or Pricing Data are required. Back up documentation shall

detail the labor categories to be used, labor hours proposed by category, material and

equipment cost, and a total cost breakdown. The offeror shall also provide supporting cost/

price documentation for all proposed subcontractors, to include the proposed type of

subcontract.

a. To comply with this solicitation, the offeror is required to price for the

following Ordering Period Ten (10): January 01, 2023 –

December 31, 2023.

b. Please price quantities located in Enclosure 2 under each excel tab; Unit

Test/ Final Alignment/Coefficient Loading Equipment, Spares UTS

Components and Construction, Design and Labor of the Improved Target

Acquisition System (ITAS) Unit Test Station (UTS). Please refer to

Enclosure 001 Specifications for the design of the ITAS UTS. Pricing will

be made Per FAR 15.408 Table 15-2; cost analyses must be performed by

the offeror for subcontracts identified in the Consolidated Bill of

Materials as having total proposed pricing that exceeds the regulatory threshold

indicated in FAR Part 15.403-4 for the 1 Year BEQ only. Fair

and reasonable subcontractor analysis in accordance with FAR 15.404-

3(b) Subcontract Pricing Considerations shall be provided for the 1 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, 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.

d. A sanitized cost break-down (no cost information, no rates/dollars) shall also be

provided in a Microsoft Excel File.

e. In support of the proposed Indirect Expense Rates, RTN, IOTs and its

subcontractor(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 one (1) year of Incurred Cost

Submissions to DCAA detailing pools and bases (by expense accounts)

information which validates the calculations or one (1) year 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.

f. Identify key business unit personnel related to contracting, technical and pricing

questions and known DCMA or DCAA business unit points of contact (POC’s) to

expedite 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 work to

be performed under the resulting add-on, Raytheon shall identify in its proposal a

description of the value-added provided by Raytheon as related to the work to be

performed by the subcontractor(s) as defined by FAR clause 52.215-23.

h. In accordance with the Section H, Add/Delete Process of basic contract SPRBL1-

15-D-0017, “within 14 days of proposal submission to the Government under the

Add/Delete process, Raytheon shall complete an evaluation of the Add-on

population Bill of Materials (BOM). Additionally, they shall evaluate the Add-on

population BOM against the current contract BOM for the same system if parts

for that system are currently on contract. If commonalities occur, Raytheon shall

provide a market pricing cost report.”

i. Raytheon shall assert restrictions on technical data or software as required when

Raytheon shall deliver with less than Unlimited Rights IAW DFARS 252.227-

7017.

j. 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.

k. All communications SHALL be submitted in writing ONLY AND directly to

both the contracting officer and contracting specialist identified on the first

page of this RFP. Raytheon 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).

l. 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 using the questionand-

answer period.

m. 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 your

proposal. Progress Payments will be agreed to during negotiations and added to

each applicable delivery order.

n. Prohibition on the acquisition of covered defense telecommunications equipment

of service clause 252.204-7018 will be added to each applicable delivery order.

o. Raytheon shall submit their Small Business Plan with their proposal as a separate

document SBxxxx.doc. This enclosure will be used to ensure Raytheon is on track

to meet the goals established in the base contract.

p. The Government reserves the right to award any item of this solicitation either on

the same contract modification or separate contract modification. If any item trip

a Cost and Price Analysis (CAPA) threshold, and delay submission on a proposal,

we advise Raytheon to propose those separately. Those proposed separately will

be awarded on a separate contract modification.


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

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 >