: MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN

Agency:
State: Texas
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159732715358751
Posted Date: Feb 16, 2024
Due Date: Apr 29, 2024
Source: Members Only
Follow
: MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) – SOLE SOURCE LOCKHEED MARTIN
Active
Contract Opportunity
Notice ID
SPRRA224R0024
Related Notice
SPRRA224R0024-Synopsis
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 16, 2024 04:22 pm CST
  • Original Date Offers Due: Apr 29, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1420 - GUIDED MISSILE COMPONENTS
  • NAICS Code:
    • 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Grand Prairie , TX 75051
    USA
Description

The Defense Logistics Agency (DLA) is issuing solicitation SPRRA224R0024 to add parts to the new subsumable contract to the Captains of Industry (COI) contract, SPE4AX-22-D-9000 (DLA Huntsville Spares) for fiscal years, 2025 (FY25) through 2027 (FY27).





The subsumable contract will fall under the Lockheed Martin COI / Umbrella contract, SPE4AX22D9000. These parts will support the Patriot Missile Weapon System.





This is a sole sourced requirement and as such is being procured in accordance with FAR 6.302-1(a)(2); “…only one responsible source and no other supplies or services will satisfy agency requirements.”





Cost and Pricing





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



The Government contemplates Firm-Fixed-Pricing (FFP) for this effort in accordance with the overarching basic contract, and requests pricing for three (3) years. This is an RFP for part number support requirements generated by the Army Aviation and Missile Command (AMCOM) Logistics Center (ALC) Project Offices used on the Patriot Missile Weapon System.



Offeror’s attention is invited to Federal Acquisition Regulation (FAR) 15.403-3, relative to the requirements for obtaining Other Than Certified Cost or Pricing Data. Offeror is required to submit Other Than Certified Cost or Pricing Data with the submission of the proposal. If additional supporting documentation is requested, the Government is seeking a timely response (5 - 10 business days). Offeror may use their own format to provide, at a minimum, a breakdown of all the cost elements to include profit/fee which reflects the total proposed price. Include royalty fee information as detailed in FAR



15.408 (Section II. – Cost Elements), if applicable. Failure to provide Other Than Certified Cost or Pricing Data, may result in the offeror being deemed as inadequate &/or deficient.



In the event this requirement exceeds the TINA threshold, the offeror is required to submit in accordance with FAR 15.403-4 Certified Cost & Pricing Data with the proposal. Failure to provide Certified Cost or Pricing Data may result in the offeror being deemed as inadequate &/or deficient.





To comply with this solicitation, the offeror is required to price Fiscal Years 2025 - 2027 (FY25-27).









Items, and the possibility of more in the future, will be repriced again at the end of FY27. The Offeror shall provide at a minimum, information described as follows:




  1. The offeror shall furnish verifiable unredacted sales data which must be comparable to the quantities, capabilities, and specification of the product or service proposed. Prior sales data must be recent and sufficient to determine fair and reasonable prices. Information submitted by the offeror of recent purchase prices paid by the Government and commercial customers for the same or similar commercial items under comparable terms and conditions if the prices previously paid are a valid reference for comparison. In assessing whether the prices previously paid remain a valid reference for comparison, the contracting officer shall consider the totality of other relevant factors such as the time elapsed (last two (2) year) since the prior purchase and any differences in the quantities purchased.

  2. Offeror shall provide detail economies of scale; quantities, and associated price breaks.

  3. The offeror must make available commercial price lists for proposed items and invoices for same item products or similar items have previously been sold in the commercial market within the last two (2) years.

  4. An offeror may submit supplier information and/or analysis relating to the value of a commercial item to aid in the determination of the reasonableness of the price of such item.

  5. Insufficient, redacted, and/or unverifiable data will result in the request for other than certified cost or pricing data in the form of a “price breakdown.” For commercial acquisitions exceeding the threshold indicated in DFARS 215-403-1(c)(4)(B) with no recent (within 2 years) prior price breakdown, the contracting officer may request other than certified cost or pricing data in the form of a “price breakdown.” The price breakdown—

    • Must include sufficient detail to permit an analysis of costs for - material, labor, equipment, subcontracts and overhead and

    • Must provide a narrative discussion of how costs/prices were developed (i.e., the basis of the estimate) in the cost/business proposal (e.g., how the labor effort was estimated, how indirect costs were estimated, etc.)

    • Must provide similar price breakdowns to support any amounts claimed for subcontracts.



  6. Extend access to records necessary to permit an adequate evaluation of the proposed price in accordance with 15.403-3.





Nothing in this section shall be construed to preclude the contracting officer from requiring the offeror to supply information that is sufficient to determine the reasonableness of price, regardless of whether or not the offeror was required to provide such information in connection with any earlier procurement. If the contracting officer determines that the pricing information submitted is not sufficient to determine the reasonableness of price, the contracting officer may request other relevant information regarding the basis





No assumptions, terms, conditions, caveats or exceptions submitted within offeror 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.



If applicable, offeror shall submit their subcontracting plan with their proposal as a separate document. The subcontract shall be incorporated by reference and made a part of the final award. The subcontract will be used to ensure offeror is on track to meet the goals established in the base contract.







Additional Considerations





Containers - 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.



Economic Order Quantities (EOQs) shall be proposed by the contractor to ensure optimal ordering quantities. The EOQ information requested in this narrative, is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing data for current and future acquisitions of this item/these items. The Government anticipates the offeror’s proposal (in view of market research, historical awards, the nature of the item(s) being solicited, and the current economic environment) will include quantities/ranges that will vary from those being solicited. The solicited quantities are based on estimated annual demands and as such Government reserves the right to award the most advantageous quantities &/or ranges.





Evaluation Criteria - Minimum technical requirements. To be technically acceptable and thus, eligible for award, a proposal must conform to ALL solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements provided within all sections of this solicitation and/or within its attached addenda. Proposals receiving a technical rating of “Unacceptable” will be ineligible for award.



Price. In addition to meeting the solicitation’s technical and quantity increment or range requirements above and cost and pricing requirements below, the Government will evaluate a proposal’s pricing for reasonableness. Evaluation of a proposal's pricing will not obligate the Government to order the estimated quantities or to distribute orders in the manner evaluated. The Government may reject a proposal as “Unacceptable” if its pricing is determined to be materially unbalanced.



Cost and Pricing Data. Offerors must provide all cost or pricing information required by FAR



15.4. Failure of a proposal to provide cost or pricing information required by FAR 15.4 will result in said proposal being deemed Unacceptable, and thus, ineligible for award.



PDQR - The Product Quality Deficiency Report Program (Army Regulation 702-7) will be used when contractors: 1) deliver deficient items or 2) receive deficient items from a DoD supply chain in support of Army requirements. When requested, the Contractor shall assist the cognizant Contract Administration Office in evaluating PQDRs and exhibits for defects reported on items manufactured under this contract to determine the root cause for deficiencies. Corrective action and Preventative Action to preclude recurrence of discrepancies shall be an integral part of the Contractor’s Quality Program. These defects may be reported from any DoD activity that discovers a defective item.





Ranges - Offerors are requested for increments or ranges of quantities as listed in the attachment. The awarded quantity, or quantities in the case of multiple items, will be based on the requirements of the Government and the combination of price and quantity per item that is the most advantageous to the Government. Quantity increments shall consist of a primary amount and alternate amounts based on incremental increases. The quantity awarded will be either the full primary, or one of the alternate quantities. Quantity ranges consist of a specific series of ranges. The quantity awarded may fall anywhere within range. If this is a request for quote (RFQ) or a request for proposal (RFP), an offer that only contains prices for quantities other than those quantities indicated in the schedule of supplies or services may be precluded from consideration for award if the contracting officer elects to make an award without discussion of proposals.



The contract quantity range shall be determined by the total quantity at the time of delivery awarded. There shall be no downward adjustment to an already awarded delivery order regardless of if another delivery order is awarded in the same ordering period. For example, one delivery order quantity may not be combined with any other delivery order quantity to create a price break, even if the new delivery order is placed in the same ordering period. Each order stands on its own. In the event an order is issued for quantities outside the ranges established in the contract, the unit price associated with the highest list range will apply to that order. The contractor has the right to accept or reject any quantity









outside the ranges established in the contract and adjust the production lead time / monthly delivery rate as appropriate.



Export Control – Arms Export control is applicable. The technical data package contains technical data whose export is restricted by the Arm Export Control Act (Title 22 U.S.C., SEC 2751 ET SEQ.) or Executive Order 12470. Violation of these export laws are subject to severe criminal penalties. Export Control requires the applicable certifications to be current for both the quoter and manufacturer. The offeror and any source(s) of supply it will use for contract performance must have an active United States/Canada Joint Certification Program (JCP) certification to access export-controlled data. DLA does not intend to delay award in order for an ineligible offer or its source(s) supply to apply for and receive authority approval to access the export-controlled data.





Packaging – Standard practice for military packaging shall be utilized (MIL-STD-2073-1).



Delivery Schedule – Proposal shall include proposed production lead time and monthly delivery rate.





Proposal Submission – Proposal shall be electronically submitted to Government. Offeror can contact contract team for a DOD Safe Site link for submission purposes.



CLINS – There is one NSN listed for this effort.





Provisions



DLAD 52.233-9001 Disputes – Agreement to Use Alternative Dispute Resolution (ADR) .







Timelines





Solicitation Receipt – Request offeror acknowledge receipt of solicitation SPRRA224R0024 within 3 business days and feedback on feasibility in meeting the closing date of 4PM CST 29 April 2024 referenced in solicitation submittal email and SAM.GOV posting. If offeror elects to "No Bid", please provide detailed rationale and an alternate source of supply.



Proposal Receipt - Upon receipt of proposal, DLA Contracting Team shall acknowledge receipt. Within 3 business days, the Government will identify deficiencies, request additional information/documentation, and/or provide proposal acceptance. Offeror proposal shall remain valid for a minimum of one hundred and eighty (180) days from the date of acceptance.



Summary





All communications SHALL be submitted in writing ONLY AND directly to the following DLA Contract Team Members.







Becky Brady, DLA Aviation-Huntsville Contracting Officer, Strategic Missile Team E: Becky.Brady@dla.mil





David Bennett, DLA Aviation- Huntsville Contract Specialist



E: David.B.Bennett@dla.mil







Offeror 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).









Be advised that this requirement shall be advertised in the 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.



Please direct inquires, requests for clarification, and status updates to David Bennett (David.B.Bennett@dla.mil).


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 >