Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2025 SAM #8661
SOLICITATION NOTICE

14 -- 6 YR IDIQ Contract Sole Source to Intuitive Research and Technology Corporation - Flight Vehicle Production

Notice Date
8/11/2025 11:22:26 AM
 
Notice Type
Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA225R0111
 
Response Due
9/11/2025 11:30:00 AM
 
Archive Date
09/26/2025
 
Point of Contact
Anna Phillips
 
E-Mail Address
anna.phillips@dla.mil
(anna.phillips@dla.mil)
 
Description
The Defense Logistics Agency (DLA) intends to create a new enterprise long-term contract (LTC) in support of multiple program offices including, but not limited to, U.S. Air Force, U.S. Army Aviation and Missile Center (AvMC), U.S. Strategic Command (STRATCOM), and U.S. Space Force. This LTC will be a 6-year Indefinite Delivery Indefinite Quantity (IDIQ), cost-reimbursable and firm-fixed price (FFP) contract with pricing to be established as new requirements are added. The first requirement on this IDIQ is for the Flight Vehicle, P/N: IG101-60000. As a result of this RFP, SPRRA2-25-R-0111, a new enterprise IDIQ contract will be established, with the first add being a one-time procurement of Flight Vehicle, P/N: IG101-60000, QTY 220 See attached Statement of Work for CLIN breakouts and specific requirements. DLA Contracting Team Identification: Mallory Medley, DLA AVN- Huntsville, Contracting Officer/Division Chief Email: mallory.medley@dla.mil Phone: (256) 616-6502 Anna Phillips, DLA AVN- Huntsville, Contract Specialist Email: anna.phillips@dla.mil Phone: (256) 214-9734 Instructions: The contract (SPRRA2-25-D-XXXX) shall govern the Contractor�s and Government�s rights and obligations. Contract clauses applicable to this contract are an attachment to this RFP. This RFP is not an authorization to start work. 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. The Proposal must be certified to the QTY 220. Your proposal shall remain valid for a minimum of one hundred and eighty (180) days from receipt by the government. Your response is requested as soon as possible. If you choose to submit an add-on proposal, it shall be submitted before 4:00 p.m. Central Standard Time (CST), September 11, 2025. Proposal Content/Cost/Price Supporting Documentation. At a minimum, your proposal shall include the following: The Government contemplates FFP and Cost Plus for this IDIQ in accordance with the basic contract, and requests pricing for the QTY 220 Flight Vehicle. New RFPs shall be issued when new requirements arise and are contemplated to be procured under the new IDIQ. 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. To comply with this solicitation, the offeror is required to price the following: CLINs associated with QTY 220 Flight Vehicle (see SOW). 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. An un-sanitized cost break-down (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File. 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): Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMA Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA Forward Pricing Rate Proposal (FPRP), Approved Provisional Rates Proposal or other statement of current rates including two (2) years of Incurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or two (2) 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. 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. In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if IRTC intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, IRTC shall identify in its proposal a description of the value-added provided by IRTC as related to the work to be performed by the subcontractor(s) as defined by FAR clause 52.215-22. IRTC 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 IRTC shall submit a mitigation plan. 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. IRTC 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). 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. 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. Effective August 13, 2020, the offeror, by submission of its quotation, represents it: 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); 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). Complete the Proposal Adequacy Checklist located in DFARS 252.215-7009 for offers over the TINA threshold. FOR CONTRACTORS USING THE PROPRICER SYTEM: The original unedited ProPricer system generated Excel file is hereby requested. In Excel Workbook format (.xlsx) provide a ProPricer system generated �Detail Cost Breakdown� report, with �Export Full Pricing� set to �Annual�. This Excel file shall be a full working cost model containing the original columns, formulas, and worksheets only. Do not modify the ProPricer system generated Excel file in any manner. Excel tabs to include: P-Sheet (needed at minimum) Direct Rates Indirect Rates CERS (if applicable) CER Factors (if applicable) Be advised; however, that this requirement has been advertised in 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. If you have any questions, feel free to contact Anna Phillips, Anna.Phillips@dla.mil, phone number (256) 214-9734.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c0e610e34e543d1818bae52f73e38df/view)
 
Place of Performance
Address: Huntsville, AL, USA
Country: USA
 
Record
SN07545198-F 20250813/250811230045 (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.