MODIFICATION
10 -- Three (3) NSNs that make up the Commander�s Independent Viewer (CIV) for the Improved Bradley Acquisition Subsystem (IBAS)
- Notice Date
- 4/18/2023 1:38:32 PM
- Notice Type
- Solicitation
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA2-23-R-0040
- Response Due
- 7/31/2023 2:59:00 PM
- Archive Date
- 08/15/2023
- Point of Contact
- GREGORY MCCRELESS, Phone: 2563099765
- E-Mail Address
-
gregory.mccreless@dla.mil
(gregory.mccreless@dla.mil)
- Description
- DLA AHCA April 5, 2023 Raytheon Company 2501 W. University Drive, McKinney, TX 75071 RE: Letter Request for Proposal SPRRA2-23-R-0040 Ms. Lela Baty, The Defense Logistics Agency (DLA) wishes to add three (3) NSNs, listed in enclosure 1, that make up the Commander�s Independent Viewer (CIV) to the Raytheon Alpha V Long-Term Contract, SPRBL1-15-D-0017. The NSNs will support the Improved Bradley Acquisition Subsystem (IBAS). 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 solicitation SPRBL1-14-R-0031. This add-on will add a total of three (3) NSNs listed in enclosure 1, of which three (3) will be priced. The Commander�s Viewer Unit (CVU) will be re-priced under this proposal effort. DLA Contracting Team Identification: Justine Kirk, DLA Aviation- Huntsville Strategic Missile Branch Chief, 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 Specialist 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), July 31, 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 two (2) Year Best Estimated Quantity (BEQ), which is determined as the highest priced alternative to the Government. Raytheon shall provide the minimum and maximum ranges per your supplier�s quantity breaks. Pricing shall be provided for each range. 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 two (2) years. This is an RFP for NSNs support requirements generated by the Tactical Aviation and Grounds Munitions (TAGM) Project Office used on the Improved Bradley Acquisition Subsystem (IBAS). a. All hardware will be delivered to the Government per the below: W80FLT W6DV M&S REDSTONE PM TAGM PDM 3300 Zeus Road Redstone Arsenal, AL, 35898-5750 Packaging Requirement: ASTM D-3951, Level Preservation: Commercial, Level Packing: Commercial, All the NSNs shall be packaged in accordance with the best commercial practices as defined in ASTM D-3951. No special packaging or special container is required. INSP/ACCP/FOB: Origin/Origin/Destination 2. The offeror shall prepare one summary schedule. This buy supports the task to provide the three (3) NSNs that make up the Commander�s Independent Viewer applicable to the Improved Bradley Acquisition Subsystem (IBAS). NSNs include Commander�s Viewer Unit (CVU), NSN: 1005-01-685-7465, Part Number: 4977381-2, Remote Binocular Display (RBD), NSN: 5895-01-535-3047, Part Number: N/A, Commander�s Interface Unit (CIU), NSN: 5895-01-535-3045, Part Number: N/A. Along with the summary schedule, the offeror shall provide fully supportable cost data which substantiates the offeror�s summary schedule for the NSNs. 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 Periods (OP): -OP 10, From 01 January 2023 through 31 December 2023, Delineated by CLIN suffix AK -OP 11, From 01 January 2024 through 31 December 2024, Delineated by CLIN suffix AL b. Please price for the following best estimated quantity (BEQ): 113 each for the three (3) NSNs listed per attachment 001 c. 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 2 Year BEQ only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided for the two (2) Year BEQ only. 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. �The Government request hardware delivery schedule Months ARO/No. of the 3 NSNs Delivered� � 26/4� �27/14� �28/14� �29/14� �30/14� �31/14� �32/14� �33/14� �34/11 f. A sanitized cost break-down (no cost information, no rates/dollars) shall also be provided in a Microsoft Excel File. g. 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 three (3) years 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. h. 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. i. 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. j. 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.� k. 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. l. 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. m. 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). n. 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 question-and-answer period. o. 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. p. Prohibition on the acquisition of covered defense telecommunications equipment of service clause 252.204-7018 will be added to each applicable delivery order. q. 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. r. Government reserves the right to award any item of this solicitation either on the same contract modification or separate contract modification. If any item trips 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. s. Government recommends Raytheon to form LTAs with their suppliers as this will be the third (3rd) and fourth (4th) order in a row for the Commander�s Viewer Unit.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/12ea51f4b93b46f9aac15fc644c1f6c3/view)
- Place of Performance
- Address: McKinney, TX 75071, USA
- Zip Code: 75071
- Country: USA
- Zip Code: 75071
- Record
- SN06653849-F 20230420/230418230120 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |