United States - Patriot missile spares (multiple nsns) – sole source lockheed Martin missles & fire control

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
05 May 2024
Opportunity publication date
08 February 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

The Defense Logistics Agency (DLA) is issuing solicitation SPRRA224R0023 to add-on 6 parts to the Captains of Industry (COI) contract, SPE4AX-22-D-9000 (DLA Huntsville Spares) for Fiscal Years 2025-2027 (FY25-FY27).

These parts will support the Patriot (M-D6) Weapon System.

This is a sole sourced requirement for Lockheed Martin Corporation CAGE 64059 and as such is being procured in accordance with FAR 6.302-1(a)(2); “…only one responsible source and no other supplies or services will satisfy agency requirements.”

Cost and Pricing

Proposal Content/Cost/Price Supporting Documentation. At a minimum, offeror proposal shall include the following:

The Government contemplates Firm-Fixed-Pricing (FFP) for this effort in accordance with the overarching basic contract, and requests pricing for three (3) years. This is an RFP for part number support requirements generated by the TAGM Program and AMCOM Logistics Center (ALC) Project Offices used on the Patriot (M-D6).

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 files with applicable excel formulas, showing direct cost inputs and building to the proposed cost. Files are required at every level, to include inter-organizational work (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.

To comply with this solicitation, the offeror is required to price Fiscal Years 2025 – 2027 (FY25- FY27). Items, and the possibility of more in the future, will be repriced again at the end of FY25-FY27.

FAR 15.408, Table 15-2 requires prime contractors and higher tiered subcontractors to conduct price analysis of all subcontractor proposals and a cost analysis of each subcontractor proposal for which certified cost or pricing data is required. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall accompany proposal submission.

An un-sanitized cost breakdown (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File.

In support of the proposed Indirect Expense Rates, Inter-Organizational Transfers (IOTs) and its subcontractor(s) shall provide documentation of the most recent Indirect Expense Rates, to include, at least one of the following:

 Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMA.
 Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA.
 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.

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.

In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if offeror intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, offeror shall identify in its proposal a description of the value-added provided by offeror as related to the work to be performed by the subcontractor(s) as defined by FAR
clause 52.215-22.

Offeror 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 offeror shall submit a mitigation plan.

No assumptions, terms, conditions, caveats or exceptions submitted within offeror 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.

Offeror shall submit their subcontracting plan with their proposal as a separate document. The subcontract shall be incorporated by reference and made a part of the final award. The subcontract will be used to ensure offeror is on track to meet the goals established in the base contract.

Additional Considerations

Containers - 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.

First Article Test (FAT) may be required, if so, the requirement will be included on the applicable delivery orders. When required, FAT must be separately priced. The offeror may submit a Request for FAT Waiver; however, FAT may be included on the award in anticipation of the requirement on future orders. Upon receipt of the FAT Waiver request, DLA will submit documentation to SRD for evaluation and technical consideration.

Economic Order Quantities (EOQs) shall be proposed by the contractor to ensure optimal ordering quantities. The EOQ information requested in this narrative, is being solicited to avoid acquisitions in disadvantageous quantities and to assist the Government in developing data for current and future acquisitions of this item/these items. The Government anticipates the offeror’s proposal (in view of market research, historical awards, the nature of the item(s) being solicited, and the current economic environment) will include quantities/ranges that will vary from those being solicited. The solicited quantities are based on estimated annual demands and as such Government reserves the right to award the most advantageous quantities &/or ranges.

Evaluation Criteria - Minimum technical requirements. To be technically acceptable and thus, eligible for award, a proposal must conform to ALL solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements provided within all sections of this solicitation and/or within its attached addenda. Proposals receiving a technical
rating of “Unacceptable” will be ineligible for award.

Price. In addition to meeting the solicitation’s technical and quantity increment or range requirements above and cost and pricing requirements below, the Government will evaluate a proposal’s pricing for reasonableness. Evaluation of a proposal's pricing will not obligate the Government to order the estimated quantities or to distribute orders in the manner evaluated. The Government may reject a proposal as “Unacceptable” if its pricing is determined to be materially unbalanced.

Cost and Pricing Data. Offerors must provide all cost or pricing information required by FAR 15.4. Failure of a proposal to provide cost or pricing information required by FAR 15.4 will result in said proposal being deemed Unacceptable, and thus, ineligible for award.

PDQR - The Product Quality Deficiency Report Program (Army Regulation 702-7) will be used when contractors:
1) deliver deficient items or
2) receive deficient items from a DoD supply chain in support of Army requirements. When requested, the Contractor shall assist the cognizant Contract Administration Office in evaluating PQDRs and exhibits for defects reported on items
manufactured under this contract to determine the root cause for deficiencies. Corrective action and Preventative Action to preclude recurrence of discrepancies shall be an integral part of the Contractor’s Quality Program. These defects may be reported from any DoD activity that discovers a defective item.

Ranges - Offerors are requested for increments or ranges of quantities as listed in the attachment. The awarded quantity, or quantities in the case of multiple items, will be based on the requirements of the Government and the combination of price and quantity per item that is the most advantageous to the Government. Quantity increments shall consist of a primary amount and alternate amounts based on incremental increases. The quantity awarded will be either the full primary, or one of the alternate quantities. Quantity ranges consist of a specific series of ranges. The quantity awarded may fall anywhere within range. If this is a request for quote (RFQ) or a request for proposal (RFP), an offer that only contains prices for quantities other than those quantities indicated in the schedule of supplies or services may be precluded from consideration for award if the contracting officer elects to make an award without discussion of proposals.

The contract quantity range shall be determined by the total quantity at the time of delivery awarded. There shall be no downward adjustment to an already awarded delivery order regardless of if another delivery order is awarded in the same ordering period. For example, one delivery order quantity may not be combined with any other delivery order quantity to create a price break, even if the new delivery order is placed in the same ordering period. Each order stands on its own. In the event an order is issued for quantities outside the ranges established in the contract, the unit price associated with the highest list range will apply to that order. The contractor has the right to accept or reject any quantity outside the ranges established in the contract and adjust the production lead time / monthly delivery rate as appropriate.

Packaging – Standard practice for military packaging shall be utilized (MIL-STD-2073-1).

Delivery Schedule – Proposal shall include proposed production lead time and monthly delivery rate.

Proposal Submission – Proposal shall be electronically submitted to Government. Offeror can contact contract team for a DOD Safe Site link for submission purposes.

CLINS - NSNs listed on this effort may be awarded together or separately.

Timelines

Solicitation Receipt – Request offeror acknowledge receipt of solicitation SPRRA224R0023 business days and feedback on feasibility in meeting the closing date of 4PM CST 5 May 2024 referenced in solicitation submittal email and SAM.GOV posting. If offeror elects to "No Bid", please provide detailed rationale and an alternate source of supply.

Proposal Receipt - Upon receipt of proposal, DLA Contracting Team shall acknowledge receipt. Within 3 business days, the Government will identify deficiencies, request additional information/documentation, and/or provide proposal acceptance. Offeror proposal shall remain valid for a minimum of one hundred and eighty (180) days from the date of acceptance.

Summary

All communications SHALL be submitted in writing ONLY AND directly to the following DLA Contract Team Members.

Becky Brady, DLA Aviation-Huntsville Contracting Officer, Strategic Missile Team E: Becky.brady@dla.mil
Kiaunna Blevins, DLA Aviation- Huntsville Contract Specialist E: Kiaunna.blevins@dla.mil

Offeror 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).
Be advised that this requirement shall be advertised in the 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.
Please direct inquires, requests for clarification, and status updates to Kiaunna Blevins
(Kiaunna.blevins@dla.mil).
Attachments:
SPRRA224R0023 Attachment 020724 (full list of parts).
FAT Waiver Worksheet REV E 031220

Opportunity closing date
05 May 2024
Value of contract
to be confirmed

About the buyer

Address
DLA AVIATION AT HUNTSVILLE, AL UNITED STATES
Contact
kiaunna.blevins@dla.mil

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?