Florida Bids > Bid Detail

2 NSNs for IBAS System, Sole Source to On-Point Defense

Agency:
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159290514675445
Posted Date: Dec 5, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/6c9ec70f5e...
Follow
2 NSNs for IBAS System, Sole Source to On-Point Defense
Active
Contract Opportunity
Notice ID
SPRRA2-24-R-0012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 05, 2023 03:30 pm CST
  • Original Date Offers Due: Jan 05, 2024 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1440 - LAUNCHERS, GUIDED MISSILE
  • NAICS Code:
    • 336415 - Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
  • Place of Performance:
    Fort Walton Beach , FL
    USA
Description

IN REPLY REFER: DLA AHCA November 29, 2023

On-Point Defense Technologies CAGE 6MD81

737 Hollywood Blvd

Fort Walton Beach, FL 32548-3885





RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0012 Mr. John Diesel,

The Defense Logistics Agency (DLA) is requesting FY24 and FY25 range pricing for the two part numbers listed below. These part numbers will be awarded against the On-Point Defense Spares Subsumable SPRRA2-23-D-0015. This LTC is an 8-year Indefinite Delivery Requirements (IDR), firm-fixed price (FFP) contract with pricing updated every 2 years. The umbrella contract (SPRRA2-23-D-0004) establishes the terms and conditions that apply to the subsumable. This LTC supports the Improved Bradley Acquisition Subsystems (IBAS); the tube-launched, optically tracked, wireless-guided (TOW) weapon system; and others in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM) and the US Army Tank-Automotive & Armaments Command (TACOM).





Please note: Attached to this RFP is an Engineering Change Proposal (ECP) that impacts P/N 13680141, TOW System Evaluation Missile (TSEM). It needs to be cut into any new orders/procurements for the TSEM.

As a result of this RFP, SPRRA2-24-R-0012, DLA Huntsville intends to award the parts listed below. We are requesting range pricing for Fiscal Years 2024 (FY24) and 2025 (FY25) as follows:



NSN: 4935-01-607-1825; PN: 13680141; NOUN: TOW SYSTEM EVALUATION



NSN: 1440-01-458-3376; PN: 13225433; NOUN: TML PRESETS

DLA Contracting Team Identification:

Mallory Medley, DLA AVN- Huntsville, Contracting Officer

Email: mallory.medley@dla.mil

Anna Phillips, DLA AVN- Huntsville, Contract Specialist



Email: anna.phillips@dla.mil

A. Please adhere to the following timelines:

1. Indicate your intention to provide a responsive 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 a proposal, it shall be submitted before 4:00 p.m. Central Standard Time (CST), January 05, 2024.

B. Instructions:

1. The Umbrella contract (SPRRA2-23-D-0004) will govern the Contractor’s and Government’s rights, obligations, and contract clauses.

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

3. 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.

4. The Proposal must be certified to the 2-Year Best Estimated Quantities (BEQs), which is determined as the highest priced alternative to the Government.

5. 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 award in accordance with the overarching basic contract and requests pricing for two (2) years.

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 the

following Fiscal Years: Fiscal Year 2024 and 2025.

b. 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 2 Year BEQ only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided for the 2-year BEQ only.

c. 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.

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

e. In support of the proposed Indirect Expense Rates, Inter-Organizational Transfer (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.

f. 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.

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

h. On-Point 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 On-Point shall submit a mitigation plan.

i. All communications SHALL be submitted in writing ONLY AND directly to the individual(s)’s email address identified on the first page of this RFP. On- Point 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).

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. 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.

l. 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).

m. Complete the Proposal Adequacy Checklist located in DFARS 252.215-7009 for offers over the TINA threshold.

n. The Government reserves the right to award the NSNs of this Letter RFP either on the same contract or separate contracts.

Be advised; however, that this requirement has been advertised in beta.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 Anna Phillips Anna.phillips@dla.mil


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
  • Dec 05, 2023 03:30 pm CSTSolicitation (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 >