Texas Bids > Bid Detail

CHASSIS,ELECTRICAL/Multiple NSNs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159750388213497
Posted Date: Mar 6, 2023
Due Date: May 3, 2023
Solicitation No: SPRRA2-23-R-0038
Source: https://sam.gov/opp/06fcc49829...
Follow
CHASSIS,ELECTRICAL/Multiple NSNs
Active
Contract Opportunity
Notice ID
SPRRA2-23-R-0038
Related Notice
SPRRA2-23-R-0038
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 06, 2023 08:32 am CST
  • Original Date Offers Due: May 03, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5975 - ELECTRICAL HARDWARE AND SUPPLIES
  • NAICS Code:
    • 332710 - Machine Shops
  • Place of Performance:
    El Paso , TX 79906
    USA
Description

DEFENSE LOGISTICS AGENCY

Aviation

5201 MARTIN ROAD

Redstone Arsenal, Alabama 35898



IN REPLY REFER

DLA AHCA



March 3, 2023



Raytheon Company 350 Lowell Street, Andover, MA 01810



RE: Letter Request for Proposal SPRRA2-23-R-0038



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 reprice effort 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 reprice effort will add a total of one-hundred thirty-eight (138) NSNs listed in enclosure 1, of which forty-two (42) will be priced and ninety-six (96) living on the contract as price pending.



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



Lewis Fournet, DLA Aviation- Huntsville Contracting Specialist E-mail: lewis.fournet@dla.mil, Phone: (256) 230-5758A.



Please adhere to the following timelines:



1.Indicate your intention to provide a responsive reprice effort proposal tothis RFP in writing within five (5) business days. It is requested that anegative response be accompanied by an explanation. Responses shall beprovided to the contracting team identified above.



2.Your response is requested as soon as possible. If you choose to submitan add-on proposal, it shall be submitted before 4:00 p.m. CentralStandard Time (CST). May 3, 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.



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 proposing and certifying to the 2 Year Best Estimated Quantity (BEQ), which is determined as the highest priced alternative to the Government, per FAR 1.108 and shall be used for Total Proposed Price evaluation.



6.The list of NSNs in Enclosure 1 under the IOR tab, are label per NSN to bid / price pending which the price pending items will remain on the contract in a price pending category.



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



8.Raytheon shall only propose sole source items under this contract. Raytheon shall notify the Government immediately if the items or services being solicited are not sole source to Raytheon.



9.If any unit price per part proposed is above the $500,000.00 threshold, Raytheon shall submit a First Article Test (FAT) waiver worksheet and propose FAT until waiver is approved.



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



1.The Government contemplates Firm-Fixed-Pricing for these repriced items in accordance with the overarching basic contract, and requests pricing for two (2) years. This is an RFP for NSN support requirements generated by the Army Contracting Center (ACC) for the Lower Tier Project Office (LTPO) used on the Patriot Missile System. The repriced Identification of Requirements (IOR) and Packaging Sheets are provided in enclosure 1 and 2 respectively.



2.The offeror shall prepare one summary schedule as provided in Enclosure 5, Patriot Missile System Add-On Schedule of Supplies in a Microsoft Excel file (Cost.xls) utilizing the specific headers provided within. The offeror’s summary schedule shall provide the contract line item numbers (CLINs), National Stock Numbers (NSNs) to record the total overall price offered and applicable tabs within Enclosure 5. Along with the summary schedule, the offeror shall provide fully supportable cost data which substantiates the offeror’s summary schedule for all CLINs and all ranges. 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 thefollowing Ordering Periods (OP 11- OP 12):



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 2 Year BEQ only. Fair and reasonable subcontractor analysisin accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shallbe provided for the 2 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 IndirectExpense 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 RatesProposal or other statement of current rates including three (3) to four (4)years of Incurred Cost Submissions to DCAA detailing pools and bases (byexpense accounts) information which validates the calculations or three (3)to four (4) years historical actual detailing pools and bases (by expenseaccounts) 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.



f.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.



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 to be performed under the resulting reprice, 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.



h.DFARS Clause 252.211-7003, Item Unique Identification and Valuation is applicable in this Letter Request for Proposal and forthcoming contract.



i.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.”j.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, Enclosure 4.



k.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 anyNSNs trip a Cost and Price Analysis (CAPA) threshold, and delay submissionon a proposal, we advise Raytheon to propose those separately. Those proposedseparately 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.



If you have any questions, feel free to contact Lewis Fournet at lewis.fournet@dla.mil or phone (256) 230-5758.


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 >