Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2023 SAM #7918
MODIFICATION

59 -- SPRRA2-23-R-0057 - Multiple NSNs/Chassis, Electrical - RFP

Notice Date
7/31/2023 2:01:47 PM
 
Notice Type
Solicitation
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA2-23-R-0057
 
Response Due
10/6/2023 2:59:00 PM
 
Archive Date
10/21/2023
 
Point of Contact
Avery Winsett, Michael Ellison
 
E-Mail Address
avery.winsett@dla.mil, michael.ellison@dla.mil
(avery.winsett@dla.mil, michael.ellison@dla.mil)
 
Description
DLA AHCA July 31, 2023 Raytheon Company 350 Lowell Street, Andover, MA 01810 RE: Letter Request for Proposal SPRRA2-23-R-0057 Mr. Sean Penney, The Defense Logistics Agency (DLA) wishes to add the NSNs listed in enclosure 1 to the DLA-Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017. The NSNs 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 eight (8) NSNs listed in enclosure 1. 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 Avery Winsett, DLA Aviation- Huntsville Contracting Specialist E-mail: avery.winsett@dla.mil, Phone: (256) 214-9162 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 4:59 p.m. Central Standard Time (CST). October 6, 2023. 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 Raytheon IDIQ Service Center representative managing this contract to the Primary ProcuringContracting Officer. Raytheon can propose alternate terms and conditions as assumptions totheir 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 to submitting your proposal. Your proposal shall be in full compliance with the instructions of this RFP. 5.The Proposal must provide a range covering the Min, Max Quantities while also proposingand certifying to the 3 Year Best Estimated Quantity (BEQ), which is determined as thehighest priced alternative to the Government, per FAR 1.108 and shall be used for TotalProposed Price evaluation. 6.Your proposal shall remain valid for a minimum of one hundred and eighty (180) days fromreceipt by the government. 7.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. 8.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 shall includethe following: 1.The Government contemplates Firm-Fixed-Pricing for these add-on items in accordancewith the overarching basic contract, and requests pricing for three (3) years. This is an RFPfor NSN support requirements generated by the Army Contracting Center (ACC) for theLower Tier Project Office (LTPO) used on the Patriot Missile System. The add-onIdentification of Requirements (IOR) and Packaging Sheets are provided in enclosure 1and 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. Submission must includeworking 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 Dataare required. Back up documentation shall detail the labor categories to be used, laborhours proposed by category, material and equipment cost, and a total cost breakdown. Theofferor shall also provide supporting cost/price documentation for all proposedsubcontractors, to include the proposed type of subcontract. a.To comply with this solicitation, the offeror is required to price the following Ordering Periods (OP 10- OP 12):OP 10 - January 1, 2023 - December 31, 2023 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 3 Year BEQ only. Fair and reasonable subcontractor analysisin accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall beprovided for the 3 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 Indirect ExpenseRates, 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 ofIncurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or three (3) yearshistorical actual detailing pools and bases (by expense accounts) informationwhich 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 work tobe performed under the resulting add-on, Raytheon shall identify in its proposal adescription 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.Raytheon shall assert restrictions on technical data or software as required; when Raytheon shall deliver with less than Unlimited Rights IAW DFARS252.227-7017, Enclosure 4. 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. l.The Government reserves the right to award the NSNs of this solicitation eitheron the same contract modification or separate contract modification. If any NSNs trip a Cost and Price Analysis (CAPA) threshold, and delay submissionon a proposal, DLA advises Raytheon to propose those separately. Those proposed separately 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3b26ebda69a4f868289447ac79c3c33/view)
 
Place of Performance
Address: Fort Bliss, TX 79916, USA
Zip Code: 79916
Country: USA
 
Record
SN06769485-F 20230802/230731230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.