Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 24, 2024 SAM #8153
SOLICITATION NOTICE

13 -- Official RFP, Sole Source to Raytheon

Notice Date
3/22/2024 12:51:47 PM
 
Notice Type
Solicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA224R0044
 
Response Due
5/22/2024 2:00:00 PM
 
Archive Date
06/06/2024
 
Point of Contact
Anna Phillips
 
E-Mail Address
anna.phillips@dla.mil
(anna.phillips@dla.mil)
 
Description
IN REPLY REFER: DLA AHCA March 22, 2024 Raytheon Company 350 Lowell Street Andover, MA, 01810 CAGE: 05716 Large Business RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0044 Raytheon, The Defense Logistics Agency (DLA) wishes to add multiple kits, listed in enclosure 1, to the Raytheon Alpha V Long-Term Contract, SPRBL1-15-D-0017. The NSNs will support the Patriot Radar and BMC4I upgrades. Requirements are generated by the IFMC Production Engineering GSE Product Office. Please provide three separate proposals for each effort, separated by list (attached): Common Kits, Tawain Parts List, and Kuwait Parts List. 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 A. Please adhere to the following timelines: Indicate your intention to provide a responsive 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 a proposal, it shall be submitted before 4:00 p.m. Central Standard Time (CST), May 22, 2024. B. Instructions: 1. The negotiated contract (SPRBL1-15-D-0017) shall govern the Contractor�s and Government�s rights and obligations. 2. This RFP is not an authorization to start work. 3. 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. 4. The Proposal must be certified to the 2-Year Best Estimated Quantities (BEQs), which is determined as the highest priced alternative to the Government. 5. The Proposal should include range pricing and price break quantities. 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, ordering Period (OP) 11 (1 JAN 2024 � 31 DEC 2024) and OP 12 (1 JAN 2025 � 29 SEP 2025). 2. 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. a. To comply with this solicitation, the offeror is required to price the following Fiscal Year: Fiscal Year 2024 and Fiscal Year 2025. b. 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. c. An un-sanitized cost break-down (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File. d. 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): 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 Three (3) 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. e. 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. f. 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 52.215-22. g. 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. h. 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. 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). i. 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. j. 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. k. Effective August 13, 2020, the offeror, by submission of its quotation, represents it: 1) 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); 2) 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). 3. Complete the Proposal Adequacy Checklist located in DFARS 252.215-7009 for offers over the TINA threshold. Be advised; however, that this requirement has been advertised in beta.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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6237bbf96e8b4a27910199480f2e8a40/view)
 
Place of Performance
Address: Andover, MA, USA
Country: USA
 
Record
SN07006504-F 20240324/240322230051 (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.