Official RFP, Sole Source to Invariant

Agency:
State: Alabama
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159988961179777
Posted Date: Mar 8, 2024
Due Date: Apr 8, 2024
Source: Members Only
Follow
Official RFP, Sole Source to Invariant
Active
Contract Opportunity
Notice ID
SPRRA224R0032
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-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2024 01:10 pm CST
  • Original Date Offers Due: Apr 08, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Huntsville , AL
    USA
Description

IN REPLY REFER: DLA AHCA





March 08, 2024





Invariant Corporation

4040 Chris Drive, Suite 100 Huntsville, AL 35802

CAGE: 1T4T8

Small Business





RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0032



The Defense Logistics Agency (DLA) intends to create a single three-year indefinite delivery requirements (IDR) firm-fixed price (FFP) contract on a sole-source basis to Invariant Corporation. This contract will support the development of training material for multiple MULE and Laser Designator systems. Requirements are generated by PEO Missiles and Space (PEOMS) Tactical Aviation and Ground Munitions (TAGM) ATI Program Office and will not include any Foreign Military Sales (FMS).

As a result of this RFP, SPRRA2-24-R-0032, DLA Huntsville wishes to create a contract that will cover the following: hardware, software, non-recurring engineering, repairs, training, and test and validation support for three unique systems. The quantity of the items will be a range, with minimum and maximum quantities per year. The Best Estimated Quantity (BEQ) is given for year one only. Outyears best estimated quantities will be determined in the future. Please see below for a detailed list of minimums, maximum, and BEQs for Year One:





In addition to the systems listed above, Invariant will be required to deliver two data packages – a training package, and drawings to include parts buildup list. Each of these will be CDRLs and will require Government approval for final delivery and acceptance.

The government anticipates the possibility of a “Non-Recurring Engineering” and “Repair” requirement for this effort, which will be included in separate Contract Line-Item Numbers (CLIN)s. In the event that there is a need for NRE or repair in the future, the government will issue a “task instruction” RFP and will evaluate and award task instruction proposals individually.

Initial delivery is required for the Nike system starting in November 2024 at a rate of 15 each per month, for the Kratos system starting April 2025 at a rate of 10 each per month, and for Titan system starting February 2025 at a rate of 10 each per month.





DLA Contracting Team Identification:

Mallory Medley, DLA AVN- Huntsville, Contracting Officer/Division Chief

Email: mallory.medley@dla.mil

Anna Phillips, DLA AVN- Huntsville, Contract Specialist

Email: anna.phillips@dla.mil





A. Instructions:

1. The contract (SPRRA2-24-D-0010) shall govern the Contractor’s and Government’s rights and obligations.

2. Contract clauses applicable to this contract are an attachment to this RFP.

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. The Proposal must be certified to the 1-Year Best Estimated Quantities (BEQs), which is determined as the highest priced alternative to the Government.

6. The Proposal should include range pricing and price break quantities.

7. CLINs 0002, 0003, & 0004 shall remain in a Price Pending state until a firm requirement is identified, then a letter RFP shall be sent to the Contractor to propose for that specific requirement.

8. The proposal shall include a proposed schedule for performance-based payments.

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

10. The proposal is due April 8th, 2024.





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

1. The Government contemplates Firm-Fixed-Pricing for this IDR in accordance with the basic contract, and requests pricing for one (1) year.

2. The offeror shall prepare one summary schedule. Along with the summary schedule, the offeror shall provide fully supportable cost data which substantiates the offeror’s summary schedule for the P/N. Submission must include working excel formulas, if applicable. 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 the following Fiscal Year: Fiscal Year 2024.

b. 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. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided.

c. An un-sanitized cost break-down (all cost information, rates/dollars) shall

also be provided in a Microsoft Excel File.

d. In support of the proposed Indirect Expense Rates, 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 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.

e. 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.

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

g. Invariant 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 Invariant shall submit a mitigation plan.

h. 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. Invariant 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).

i. 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.

j. This document contains technical data whose export is restricted by the Arms 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. JCP Certification is required for Export Controlled Items.

k. Effective August 13, 2020, the offeror, by submission of its quotation, represents it:

1) will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation in accordance with FAR 52.204-24(d)(1); 2) does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services IAW FAR 52.204-24(d)(2); and 3) does not provide covered defense telecommunications equipment or services as part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument IAW DFARS 252.204-7016(c).

3. Complete the Proposal Adequacy Checklist located in DFARS 252.215-7009 for offers over the TINA threshold.


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
  • Mar 08, 2024 01:10 pm CSTSolicitation (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 >