Multiple NSNs; OEM Raytheon Patriot Missile Weapon Systems; Sole Source Long Term Contract

From: Federal Government(Federal)
SPRRA2-24-R-0013

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 15 Jun, 2024 (in 1 month)

Due Date

15 Jun, 2024 (in 1 month)
Bid Notification

Type

Bid Notification
SPRRA2-24-R-0013

Identifier

SPRRA2-24-R-0013
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEFENSE LOGISTICS AGENCY (334100)DLA AVIATION (118267)DLA AVIATION HUNTSVILLE (1983)DLA AVIATION AT HUNTSVILLE, AL (1981)

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Defense Logistics Agency (DLA) wishes to add the part numbers listed in enclosure 1 to the DLA- Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017. The NSN/Parts 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 five (5) Parts listed in enclosure 1.Please adhere to the following timelines: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.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). April 22, 2024.Instructions:The negotiated contract (SPRBL1-15-D-0017) shall govern
the Contractor’s and Government’s rights and obligations.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.This RFP is not an authorization to start work.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.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.The list of Parts in Enclosure 1 under the IOR tab, are labeled per NSN or PartNumber to bid / price pending which the price pending items will remain on the contract in a price pending category.Your proposal shall remain valid for a minimum of one hundred and eighty (180) days from receipt by the government.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.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.Proposal Content/Cost/Price Supporting Documentation. At a minimum your proposal shall include the following:The Government contemplates Firm-Fixed-Pricing for these add-on items in accordance with the overarching basic contract, and requests pricing for two (2) years. This is an RFP for NSN/Part Number support requirements generated by the AMCOM Logistics Center (ALC) for the Patriot Missile System. The add-on Identification of Requirements (IOR) and Packaging Sheets are provided in enclosure 1 and 2 respectively.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. The submission must include a cost model in MS Excel for the proposing CAGE as well as any sub-tier organization CAGE to include the calculating formulas and containing the direct costs, intermediate and final indirect costs or factors, as well as proposed profit; totaling the price proposed. 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. The offeror shall provide the cost 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 Ordering Periods (OP 11- OP 12):OP 11 - January 1, 2024 - December 31, 2024OP 12 - January 1, 2025 - September 26, 2025Per 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 2 year BEQ only.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.In addition, a sanitized cost break-down (no cost information, no rates/dollars) shall also be provided in a Microsoft Excel File.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):Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMAForward Pricing Rate Recommendations (FPRR) from DCAA or DCMAForward Pricing Rate Proposal (FPRP) submissions to DCMA, Approved Provisional Rates Proposal or other statement of current rates including three (3) to four (4) years of Incurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or three (3) to four (4) 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 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.DFARS Clause 252.211-7003, Item Unique Identification and Valuation is applicable in this Letter Request for Proposal and forthcoming contract.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 theAdd-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.”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.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.The Government reserves the right to award the NSNs of this solicitation either on the same contract modification or separate contract modification. If any NSNs trip 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.All communications SHALL be submitted in writing ONLY AND directly to the contract specialist email address 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).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.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.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.Prohibition on the acquisition of covered defense telecommunications equipment of service clause 252.204-7018 will be added to each applicable delivery order.If you have any questions, please contact David Bennett at david.b.bennett@dla.mil.Enclosures listed below:Enclosure 1: Identification of Requirements Enclosure 2: Packaging Sheets and ChartEnclosure 3: Required Reps and Certs (FAR 52.204-8) Enclosure 4: Data Rights Assertions DFARS 252.227-7017Enclosure 5: Patriot Missile System Add-On Schedule of Supplies

Location

Place Of Performance : N/A

Country : United StatesState : MassachusettsCity : Andover

Office Address : DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD REDSTONE ARSENAL , AL 35898-7340 USA

Country : United StatesState : AlabamaCity : Huntsville

You may also like

Classification

naicsCode 332710Machine Shops
pscCode 5975Electrical Hardware and Supplies