SOLICITATION NOTICE
R -- U&C Solicitation, Sole Source to Radiance Technologies
- Notice Date
- 5/10/2024 11:11:57 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
- SPRRA2-24-R-0063
- Response Due
- 5/20/2024 2:00:00 PM
- Archive Date
- 06/04/2024
- Point of Contact
- Anna Phillips
- E-Mail Address
-
anna.phillips@dla.mil
(anna.phillips@dla.mil)
- Description
- IN REPLY REFER: DLA AHCA May 10, 2024 Radiance Technologies, Inc 350 Wynn Drive NW Huntsville, AL 35805 CAGE: 1H1J5 Small Business RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0063 The Defense Logistics Agency (DLA) intends to create a one-year One-Time-Buy (OTB), cost-plus-fixed-fee (CPFF) contract on a sole-source basis to Radiance Technologies. This contract will support materials/other direct costs and direct labor. Requirements are generated by US Army Space and Missile Defense Command's (SMDC) Reagan Test Site (RTS). As a result of this RFP, SPRRA2-24-R-0063, DLA Huntsville wishes to create a contract that will cover the following: material/other direct costs and direct labor. Material/other direct costs will remain in a price pending status until requirements have been identified. DLA is requesting that Radiance propose against CLIN 0002. Details for the requirement being placed against CLIN 0002 can be found in the attached Performance Work Statement. The proposed CLIN Structure is listed below: CLIN 0001 Material/Other Direct Costs: Price Pending CLIN 0002 Direct Labor� A. Instructions: 1. The contract (TBD) shall govern the Contractor�s and Government�s rights and obligations. 2. Contract clauses applicable to this contract are an attachment to this RFP. 3. This RFP is not an authorization to start work. 4. 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. 5. CLINs 0001 shall remain in a Price Pending state until a firm requirement is identified, then a letter RFP shall be sent to the Contractor to propose for that specific requirement. 6. Your proposal shall remain valid for a minimum of one hundred and eighty (180) days from receipt by the government. 7. The proposal is due May 20th, 2024. B. Proposal Content/Cost/Price Supporting Documentation. At a minimum, your proposal shall include the following: 1. The Government contemplates CPFF for this OTB in accordance with the basic contract, and requests pricing for one (1) year. 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: June 2024 � June 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 Radiance intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, Radiance shall identify in its proposal a description of the value-added provided by Radiance as related to the work to be performed by the subcontractor(s) as defined by FAR clause 52.215-22. g. Radiance 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 Radiance 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. Radiance 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/63dca0e6b6df47648dc2ebb4bcc66e9f/view)
- Place of Performance
- Address: Huntsville, AL, USA
- Country: USA
- Country: USA
- Record
- SN07059970-F 20240512/240510230042 (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 |