Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
MODIFICATION

59 -- Sole Source Lockheed Martin Multiple NSNs

Notice Date
2/16/2023 8:55:55 AM
 
Notice Type
Solicitation
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA2-23-R-0033
 
Response Due
4/16/2023 2:00:00 PM
 
Archive Date
05/01/2023
 
Point of Contact
Kiaunna Blevins, Phone: 2562149518, Jennifer Triolo, Phone: 2563033127
 
E-Mail Address
kiaunna.blevins@dla.mil, jennifer.triolo@dla.mil
(kiaunna.blevins@dla.mil, jennifer.triolo@dla.mil)
 
Description
DLA AHCA February 16, 2023 Lockheed Martin Corporation 5600 W Sand Lake Rd MP 265 Orlando, FL 32819-8907 RE: Letter Request for Proposal SPRRA2-23-R-0033 Mr. Garrett Laustra, The Defense Logistics Agency (DLA) wishes to add a new subsumable contract to the Captains of Industry (COI) contract, SPE4AX-22-D-9000 which will include an additional add-on of 7 National Stock Numbers (NSNs), which will be considered ""Increment 1"" moving forward. These NSNs will support the Hellfire Missile Weapon System. See Enclosure 1, �Increment 1 Population and Identification of Requirements (IoR)�. DLA Contracting Team Identification: Jennifer Triolo, DLA Aviation- Huntsville Contracting Officer E-mail: jennifer.triolo@dla.mil, Phone: (256) 303-3127 Kiaunna Blevins, DLA Aviation- Huntsville Contract Specialist E-mail: kiaunna.blevins@dla.mil, Phone: (256) 214-9518 A. Please adhere to the following timelines: 1. 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. 2. 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 16, 2022. 3. *FOR P/N 13680659, MIDBODY ASSEMBLY, PLEASE PROVIDE A PROPOSAL BY MARCH 16, 2023 AS THERE IS AN URGENT NEED FOR THIS PART.* B. Instructions: 1. The Captains of Industry contract (SPE4AX-22-D-9000) shall govern the Contractor�s and Government�s rights and obligations. 2. Contract clauses are governed by the COI contract. However, the COI contract allows for clauses to be removed at the subsumable level. If Lockheed Martin takes exception to any clauses within the COI, both parties will discuss and reach an agreement to remove any non-applicable clauses prior to award. 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. The Proposal must be certified to the 3 Year best estimated quantity (BEQ) located on Enclosure 1, which is determined as the highest priced alternative to the Government. 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 Subsumable contract in accordance with the overarching basic contract, and requests pricing for three (3) years. This is an RFP for NSN support requirements generated by the Tactical Aviation and Grounds Munitions (TAGM) Project Office to be used on the Patriot Missile Weapon System. 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/Ns. 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 for the following Fiscal Years: Fiscal Year 2023 (FY23) through Fiscal Year 2025 (FY25). b. Please price for the best estimated quantity (BEQ) for all seven (7) NSNs for FY23, FY24, and FY25.. Please reference and complete Enclosure 3, �Increment 1 - Pricing and Delivery Schedule Years 1-3� to include your proposed prices. c. 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 for the 3-year BEQs only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided for the 3-year BEQs only. d. 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. e. The Government�s requested hardware delivery schedule is detailed in Enclosure 1 and 3. Please complete Enclosure 3, �Increment 1 - Pricing and Delivery Schedule Years 1-3� to include your proposed delivery schedules. f. An un-sanitized cost break-down (all cost information, all rates/dollars) shall also be provided in a Microsoft Excel File. g. 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): 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. h. Identify key business unit personnel related to contracting, technical and pricing questions and known DCMA or DCAA business unit points of contact (POCs) to expedite the question/review process. i. In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if Lockheed Martin intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, Lockheed Martin shall identify in its proposal a description of the value-added provided by Lockheed Martin as related to the work to be performed by the subcontractor(s) as defined by FAR clause 52.215-23. j. Lockheed Martin 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 Lockheed Martin shall submit a mitigation plan. k. All communications SHALL be submitted in writing ONLY AND directly to both the contracting officer and contracting specialist identified on the first page of this RFP. Lockheed Martin 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). l. 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. m. Lockheed Martin shall submit their Small Business Plan with their proposal as a separate document SBxxxx.doc. This enclosure will be used to ensure Lockheed Martin is on track to meet the goals established in the base contract. n. 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. o. 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. The Government reserves the right to award the NSNs of this Letter RFP either on the same contract or on a separate contract. Be advised; however, that this requirement has been advertised in 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. If you have any questions, feel free to contact Kiaunna Blevins and/or Jennifer Triolo identified on the first page of this RFP. Sincerely, Jennifer Triolo Contracting Officer E-mail: jennifer.triolo@dla.mil Phone: (256) 303-3127 Enclosures: 1. Increment 1 - Population and Identification of Requirements 2. Increment 1 - Packaging Requirements (7 NSNs) 3. Increment 1 - Pricing and Delivery Schedule, Years 1-3 4. FAT Waiver Worksheet
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c766b050dd34b52a9e0b45a7dbb91b5/view)
 
Record
SN06593422-F 20230218/230216230112 (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.