Circuit Card Assembly/Electronic Shield Com/ Shipping and Storage
DLA AHCA June 24, 2022 Raytheon Company 350 Lowell Street, Andover, MA 01810 RE: Letter Request for Proposal SPRRA2-22-R-0037 Mr. Sean Penney, The Defense Logistics Agency (DLA) wishes to add the NSNs... DLA AHCA June 24, 2022 Raytheon Company 350 Lowell Street, Andover, MA 01810 RE: Letter Request for Proposal SPRRA2-22-R-0037 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 SPRBL1-14-R-0031. This add-on will add a total of three (3) NSNs listed in enclosure 1, of which three (3) will be priced. DLA Contracting Team Identification: Jacquelyn Dunne, DLA Aberdeen Acquisition Division Chief E-mail: jacquelyn.r.dunne@dla.mil, Phone: (443) 861-4560 Justine Kirk, DLA Aviation- Huntsville Contracting Officer E-mail: justine.kirk@dla.mil, Phone: (256) 690-5424 Greg McCreless, DLA Aviation- Huntsville Contract Specialists E-mail: gregory.mccreless@dla.mil, Phone: (256) 309-9765 A. Please adhere to the following timelines: 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. 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), August 8, 2022. B. Instructions: The negotiated contract (SPRBL1-15-D-0017) shall govern the Contractor’s and Government’s rights and obligations. 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. This RFP is not an authorization to start work. 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. The Proposal must provide a range covering the Min, Max Quantities while also proposing and certifying to the 2 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. 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: The Government contemplates Firm-Fixed-Pricing for these add-on items in accordance with the overarching basic contract, and requests pricing for two (2) 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. 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. OP 9- Date of Contract Award – December 31,2022 OP 10 – January 1, 2023 – December 31, 2023 a. 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 4 Year BEQ only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided for the 4 Year BEQ only. 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): 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 four (4) years of Incurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or four (4) 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. In accordance with the Section H, Add/Delete Process of basic contract SPRBL1- 15-D-0017, “within 14 days of proposal submission to the government under the Add/Delete process, Raytheon shall complete an evaluation of the Add-on population Bill of Materials (BOM). Additionally, they shall evaluate the Add-on population BOM against the current contract BOM for the same system, if parts for that system are currently on contract. If commonalities occur, Raytheon shall provide a market pricing cost report.” h. 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. i. 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. j. 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 (OCI). k. 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. l. 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. m. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Circuit Card Assembly/Electronic Shield Com/ Shipping and Storage
SAM.GOV Synopsis Class Code: See Below NAICS Code: See Below Subject: Multiple NSNs - OEM Raytheon Patriot Missile Weapon Systems, Sole Source Long Term Contract. Solicitation Number: SPRRA2-22-R-0037... SAM.GOV Synopsis Class Code: See Below NAICS Code: See Below Subject: Multiple NSNs - OEM Raytheon Patriot Missile Weapon Systems, Sole Source Long Term Contract. Solicitation Number: SPRRA2-22-R-0037 Set Aside Code: N/A Response Date: 15 days Description: No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA- AHCA, Greg McCreless, Contract Specialist, via email gregory.mccreless @dla.mil. For request for solicitation, in the email subject line enter SPRRA2-22-R-0037, provide your name, the company name, Cage Code and a telephone/facsimile number. PRON: D12H0014D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on a 4 Year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for a minimum quantity of 7 each up to 28 maximum of Circuit Card Assembly, NAICS Code: 334412, NSN: 5998-01-609-1055, Part Number: 13656861 applicable to the Patriot weapon system. The estimated Production Lead Time (PLT) without First Article Testing is 420 Days After Contract Award (DACA) with deliveries to Fort Bliss, TX 79916-5801. PRON: D1H0030D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on a 4 Year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for a minimum quantity of 6 each up to 24 maximum of Electronic Shield, Com, NAICS Code: 334417, NSN: 5999-01-460-3579, Part Number: 11479575 applicable to the Patriot weapon system. The estimated Production Lead Time (PLT) without First Article Testing is 360 Days After Contract Award (DACA) with deliveries to Fort Bliss, TX 79916-5801. PRON: D12H0036D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on a 4 Year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract for a minimum quantity of 1 each up to 4 maximum of Shipping and Storage, NAICS Code: 336413, NSN: 8145-01-618-6219, Part Number: 13659579 applicable to the Patriot weapon system. The estimated Production Lead Time (PLT) without First Article Testing is 720 Days After Contract Award (DACA) with deliveries to Fort Bliss, TX 79916-5801. This item is restricted to: Raytheon Company: 05716 NSN: 5998-01-609-1055-- Acquire, for the second or subsequent time, directly from the actual manufacturer. This part requires engineering source approval by the design control activity in over to maintain the quality of the part. NSN: 5999-01-460-3579-- Acquire, for the second or subsequent time, directly from the actual manufacturer. This part requires engineering source approval by the design control activity in over to maintain the quality of the part. NSN: 8145-01-618-6219-- Acquire, for the second or subsequent time, directly from the actual manufacturer. The Government does not have adequate data, lacks rights to data, or both needed to purchase this part from additional sources. The Government has been unable to economically buy the data or rights to the data, although the part has been undergoing full screening for 12 or more months. All offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website: https://www.avmc.army.mil/Directorates/SRD/SAR/ and looking under Standardized Aviation and Missile Source Approval Request (SAMSAR). The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. NSN: 5998-01-609-1055 - WARNING! THIS TDPL INDICATES DOCUMENTATION THAT IS CLASSIFIED. WARNING! 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. NSN: 5999-01-460-3579 - WARNING! THIS TDPL INDICATES DOCUMENTATION THAT IS CLASSIFIED. WARNING! 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. NSN: 8145-01-618-6219 - WARNING! 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Circuit Card Assembly/Electronic Shield Com/ Shipping and Storage
SAM.GOV Sources Sought Class Code See Below NAICS Code: See Below Subject: Multiple NSNs- OEM Raytheon Patriot Missile Weapon System, Sole Source Long Term Contract PRON Number: N/A Set Aside Code: N/... SAM.GOV Sources Sought Class Code See Below NAICS Code: See Below Subject: Multiple NSNs- OEM Raytheon Patriot Missile Weapon System, Sole Source Long Term Contract PRON Number: N/A Set Aside Code: N/A Response Date: 3 Days THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification System (NAICS) Code and a corresponding Size Standard of employees is located on the below table. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of MULTIPLE ITEMS LISTED BELOW in support of the Patriot weapon system. The AMSC code can be referenced to the table below. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-l(a)(2) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, ServiceDisabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by accessing the website: https://www.avmc.army.mil/Directorates/SRD/SAR/ then click on AMCOM Spare Parts Manufacturer or Distributor SAR. The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. NSN: 5998-01-609-1055- WARNING! THIS TDPL INDICATES DOCUMENTATION THAT IS CLASSIFIED. WARNING! 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. NSN-5999-01-460-3579-WARNING! THIS TDPL INDICATES DOCUMENTATION THAT IS CLASSIFIED. WARNING! 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. NSN: 8145-01-618-6219 - WARNING! THIS TDPL 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. 1. NSN- 5998-01-609-1055, PART NUMBER- 13656861, NOUN-Circuit Card Assembly, NAICS-334412, # of EMPLOYEES-750, AMSC- 3C. 2. NSN- 5999-01-460-3579, PART NUMBER- 11479575, NOUN-Electronic Shield Com, NAICS-334417, # of EMPLOYEES-1000, AMSC- 3N 2. NSN- 8145-01-618-6219, PART NUMBER- 13659579, NOUN-Shipping and Storage, NAICS-336413, # of EMPLOYEES-1250, AMSC- 3Q AMSC 3C: Acquire, for the second or subsequent time, directly from the actual manufacturer. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). AMSC 3N: Acquire, for the second or subsequent time, directly from the actual manufacturer. Manufacture of this part requires special test and/or inspection facilities to determine and maintain ultra-precision quality for its function or system integrity.. Substantiation and inspection of the precision or quality cannot be accomplished without such specialized test or inspection facilities. If the test cannot be made available for the competitive manufacture of the part, the required test or inspection knowledge cannot be documented for reliable replication, or the required physical test or inspection facilities and processes cannot be economically documented in a TDP, valid AMCs are 3, 4, or 5. If the facilities or tests can be made available to two or more competitive sources, AMCs 1 or 2 are valid. AMSC 3Q: Acquire, for the second or subsequent time, directly from the actual manufacturer. The Government does not have adequate data, lacks rights to data, or both needed to purchase this part from additional sources. The Government has been unable to economically buy the data or rights to the data, although the part has been undergoing full screening for 12 or more months.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »