Massachusetts Bids > Bid Detail

RFP SPRRA2-23-R-0074 - Circuit Card Assembly/Multiple NSNs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159960177173458
Posted Date: Aug 10, 2023
Due Date: Oct 10, 2023
Solicitation No: SPRRA2-23-R-0074
Source: https://sam.gov/opp/643f6cbb2b...
Follow
RFP SPRRA2-23-R-0074 - Circuit Card Assembly/Multiple NSNs
Active
Contract Opportunity
Notice ID
SPRRA2-23-R-0074
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Aug 10, 2023 12:35 pm CDT
  • Original Date Offers Due: Oct 10, 2023 05:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:
    Andover , MA 01810
    USA
Description

DLA AHCA



August 9, 2023



Raytheon Company

350 Lowell Street,

Andover, MA 01810



RE: Letter Request for Proposal SPRRA2-23-R-0074



Mr. Sean Penney,



The Defense Logistics Agency (DLA) wishes to add the NSNs listed in Enclosure 1 to the DLA-Raytheon Depot Level Repairable (DLR) contract SPRBL1-15-D-0017. The NSNs 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 solicitation SPRBL1-15-D-0017. This add-on will add a total of two (2) NSNs listed in Enclosure 1, of which two (2) will be priced.



DLA Contracting Team Identification:



Johnna Bursk, DLA Aberdeen – Lead Procuring Contracting Officer

E-mail: johnna.bursk@dla.mil; Phone: (443) 861-4908



Justine “Rebecca” Kirk, DLA Aviation - Huntsville Contracting Officer

E-mail: justine.kirk@dla.mil; Phone: (256) 309-4556



Michael Ellison, DLA Aviation - Huntsville Contracting Officer

E-Mail: michael.ellison@dla.mil; Phone: (256) 280-6424



Lewis Fournet, DLA Aviation - Huntsville Contract Specialist

E-mail: lewis.fournet@dla.mil; Phone: (256) 230-5758



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 5:00 P.M. Central Standard Time (CST), October 10, 2023.

B. Instructions:



1. The negotiated contract (SPRBL1-15-D-0017) shall govern the Contractor’s and Government’s rights and obligations.



2. 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.



3. This RFP is not an authorization to start work.



4. Please ensure that you read the entire RFP, including all of the enclosures, prior to submitting your proposal. Your proposal shall be in full compliance with the instructions of this RFP.



5. The Proposal must provide a range covering the Min, Max Quantities while also proposing and certifying to the 3 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.



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 these add-on items 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 Army Contracting Center (ACC) for the Lower Tier Project Office (LTPO) used on the Patriot Missile System. The add-on Identification of Requirements (IOR) and Packaging Sheets are provided in Enclosure 1 and 2 respectively.



2. 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. Submission must include working excel formulas. 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 Ordering Periods (OP 10 - OP 12):



OP 10 - Date of Contract Award - December 31, 2023

OP 11 - January 1, 2024 - December 31, 2024

OP 12 - January 1, 2025 - September 26, 2025



b. 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.



c. A sanitized cost break-down (no cost information, no rates/dollars) shall also be provided in a Microsoft Excel File.



d. 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 two (2) years of Incurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or two (2) 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 52.215-23.



g. 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.



h. 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.



i. 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 (COI).



j. 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.



k. 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.



l. 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.

m. Prohibition on the acquisition of covered defense telecommunications equipment of service clause 252.204-7018 will be added to each applicable delivery order.



n. 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.



If you have any questions, feel free to contact Lewis Fournet at lewis.fournet@dla.mil or phone (256) 230-5758.


Attachments/Links
Contact Information
Contracting Office Address
  • DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD
  • REDSTONE ARSENAL , AL 35898-7340
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 10, 2023 12:35 pm CDTSolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >