Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2025 SAM #8755
SOLICITATION NOTICE

J -- Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program

Notice Date
11/13/2025 7:36:38 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8539 AFSC PZABA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8539-26-R-0081
 
Response Due
12/19/2025 12:00:00 PM
 
Archive Date
12/20/2025
 
Point of Contact
James Daniel Faulkner, Crystal Cockrell
 
E-Mail Address
james.faulkner.8@us.af.mil, crystal.cockrell@us.af.mil
(james.faulkner.8@us.af.mil, crystal.cockrell@us.af.mil)
 
Description
SERVICES Reference: BASIC CONTRACT: Collins Corporate Contract SPE4AX21D9400 in support of the E-3 ARC-230 Program.This Request for Proposal (RFP) is being issued under solicitation number FA8539-26-R-0081 to add the NSNsin the CLIN table below to the Collins Corporate Contract SPE4AX21D9400. Ordering period 2025-2028 for NSN: 6130014459549BY / Power Supply for Repair, TT&E & NFF This is a Requirements contract which consists of repairs and engineering services. This is being proposed to cover 3 ordering periods. October 2025 through Sept 2026 October 2026 through Sept 2027 October 2027 through Sept 2028 All terms and conditions of the basic contract SPE4AX21D9400 (including all modifications and applicable subsumable contracts) shall apply to this RFP. Please provide pricing and delivery no later than 3:00pm EST, Friday, 19 December 2025. If you have any questions or concerns, please contact the undersigned Contracting Officer, Daniel Faulkner james.faulkner.8@us.af.mil. 3 FA8539-26-R-0081(PR: FD2060-26-00081) NOTE TO OFFEROR: Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. SCHEDULE 1.The resulting contract awarded from this solicitation will be in the form of a subsumable Air Forcecontract under the Defense Logistics Agency (DLA) contract SPE4AX-21-D-9400. 2.The contractor shall furnish all required facilities, labor, equipment, materials, and special tools andtest equipment necessary for repair of items listed herein on the schedule unless otherwise statedwithin the basic contract or delivery orders. This is a Contractor Furnished Material (CFM) contractfor the supplies and services specified and effective for the period stated in the schedule. 3.The following will apply to the above CLINs: FOB & TAT: Identified at each ELIN on MPL Inspection Requirements: Standard Level Contract Quality Requirements- ISO 9001-2008; identified at each ELIN on MPL 4.The responsibility for providing a well-prepared and fully supported cost proposal lies solely withthe offeror. The basis and rationale for all proposed costs shall be provided as part of the proposalso that the Contracting Officer (CO) has the information necessary to evaluate the reasonablenessof the proposed price. a.The offeror is advised that the contracting officer may find costs associated withrevision/rework of inadequate cost proposals unreasonable and will consider the natureand extent of any proposal inadequacies when assessing/negotiating profit. 5.Cost Proposal Requirements. The following also apply to the cost proposal submitted inresponse to this RFP. a.If the proposal includes more than one CLIN, the proposal shall include a breakout of CLIN prices by cost element by Contractor Fiscal Year (CFY). The proposal shalldefine the timeframe of the Contractor Fiscal Year (for example, January �December). b.If the proposal includes more than one CLIN/sub CLIN, recurring/non-recurringcosts shall be identified for each CLIN/sub CLIN. c.When the proposal includes material costs, the proposal shall include a consolidatedbill of materials (CBOM) at the total contract level in an electronic, sortable format(Excel spreadsheet or other format approved by the Contracting Officer). i.When the amounts proposed in the CBOM include application of escalation,the proposal shall identify the base value, the escalation rate(s) used, and theescalation amount associated with each item escalated. ii.When the proposed amount is based on historical data which has been FA8539-26-R-0081 (PR: FD2060-26-00081) 4 adjusted (for example, for differences in quantity), the CBOM shall clearly identify the adjustments made to the historical data and the reason for each adjustment. d.All costs proposed on the basis of Cost Estimating Relationships (CER) shall be fullysupported. The proposal shall identify the basis for the proposed rate, shall identify the baseto which the rate is applied, and shall clearly demonstrate the calculation of proposed costsbased on CERs. e.Submission of Historical Actual Costs Incurred. i.The contractor shall provide the following information for any prior acquisitions forsimilar work performed to the items included under this solicitation. For thesecontracts, the contractor shall provide the following information: �contract number (including modification number if applicable) or otheridentifier; �contract type; �contract quantity; �contract price; and �actual cost incurred, including a breakout of actuals as recurring/non- recurringcosts. If performance is not complete on any of the specified contract actions,provide an estimate to complete and the basis for that estimate. ii.The contractor shall also request that its top five major sole source subcontractorsprovide the information listed in the above paragraphs (i) a. through e. on priorcontracts for items the prime is purchasing from the subcontractors for this effort. If asubcontractor�s information on prior actuals is not included in the prime�s proposal,the proposal should identify status and anticipated receipt date(s). If the subcontractordeems the information proprietary, the subcontractor may submit the informationdirectly to the CO. f.The proposal shall identify those actions where assist audits have been requested by the primeor sub-tier contractors and identify the request date and scheduled receipt date for thoseaudits. The need for assist audits resulting from proprietary data rights assertions at any tier shall be identified to the Contracting Officer as soon as the offeror becomes aware of the need. Government performance of assist audits does not relieve the offeror of the responsibility to accomplish and provide its price/cost analysis of the subcontracts. g.The proposal shall include, or the offeror shall make available, data other than certified costor pricing data to establish price reasonableness: �Information/data related to competition, if competition is the offeror�s basis forasserting the reasonableness of the proposed subcontract price. �Information/data related to prices (sales data, market price assessments, etc.).Notethat subcontractors may submit sales data directly to the CO if the subcontractordeems the data proprietary. FA8539-26-R-0081 (PR: FD2060-26-00081) 5 �The prime contractor�s or higher tier subcontractor�s price analysis/pricereasonableness determination for the commercial subcontract in accordance withFAR 15.404-3(b)(1) and (2). �Cost information/data (cost element breakdown and supporting documentation notsubject to certification in accordance with FAR 15.406-2). Instances where costinformation may be required include but are not limited to commercial items offeredbut never actually sold to the public, �of a type� commercial items, or when sales datais limited and/or not recent and/or not for the same/similar quantities. Orders placed against this contract will be issued directly to the performing facility listed below or to those performing location that may be added by modification by the Primary Procuring Contracting Officer (PPCO) later. Performance of the delivery order and any modifications thereto, including data and invoice submittals, will be accomplished by the facility to which the order is issued. Spares and/or Repair orders to Raytheon Company, may only be issued following receipt of contractor's proposal and the award of the modification to the basic contract incorporating the pricing for each location (to include prices for such supplies or services), and shall be in accordance with the contractor's proposal and other terms of this contract. DCMA OFFICE DoDAAC: S4402A DCMA Dallas 4211 Cedar Springs Road FACILITY CAGE: 84T51 Rockwell Collins 400 Collins Rd NE Cedar Rapids, IA, 52498-0505 Dallas, TX 75219-2602 6.This Request for Proposal (RFP) is for the acquisition of repairs, of various items for a periodcovered by the DLA contract referenced under item #1above. The contractor will not directlycharge the Government bid and proposal costs for any additional items added to this contract. 7.The quantities of supplies or services specified in the schedule are estimates only and are notpurchased by this contract. Except as this contract may otherwise provide, if the Government�srequirements do not result in orders in the quantities described as �ESTIMATED� in the schedule,that fact shall not constitute the basis for an equitable price adjustment. 8.Government shall have the ability to add and delete items in accordance with the applicable clauses. 9.Early deliveries are acceptable if they can be provided at no additional cost to the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b974091a9d1e43d79202a8e28ec869d4/view)
 
Place of Performance
Address: Cedar Rapids, IA 52498, USA
Zip Code: 52498
Country: USA
 
Record
SN07640868-F 20251115/251113230039 (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.