Part numbers for IBAS Weapon System, Sole Source to DRS

Agency:
State: Florida
Type of Government: Federal
FSC Category:
  • 59 - Electrical and Electronic Equipment Components
NAICS Category:
  • 334412 - Bare Printed Circuit Board Manufacturing
Posted Date: Jan 31, 2024
Due Date: Apr 1, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Part numbers for IBAS Weapon System, Sole Source to DRS
Active
Contract Opportunity
Notice ID
SPRRA2-24-R-0010
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 (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 31, 2024 12:28 pm CST
  • Original Published Date: Jan 25, 2024 04:17 pm CST
  • Updated Date Offers Due: Apr 01, 2024 04:00 pm CDT
  • Original Date Offers Due: Apr 01, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 16, 2024
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5961 - SEMICONDUCTOR DEVICES AND ASSOCIATED HARDWARE
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:
    Melbourne , FL
    USA
Description

PURPOSE FOR AMD 0001:



The Defense Logistics Agency (DLA) is issuing amendment 0001 to solicitation SPRRA2-24-R-

0010 to remove erroneous parts included on previous submission, to correct FY26 and FY27

estimated quantities, and remove First Article Test (FAT) requirement.





DLA Huntsville- Aviation 25 January 2024



DLA-AVN-AHCA







SUBJECT: Letter Request for Proposal (RFP) SPRRA2-24-R-0010







DRS Network and Imaging Systems, Inc.



100 N Babcock St



Melbourne, FL, 32935







The Defense Logistics Agency (DLA) is issuing solicitation SPRRA2-24-R-0010 to add parts to the DLA Enterprise subsumable contract, SPRRA2-20-D-0012 (DLA Huntsville Spares) for fiscal years, 2025 (FY25) through 2027 (FY27).





SPRRA2-20-D-0012 subsumable contract falls under the DRS/DLA Enterprise Umbrella contract, SPRRA2-20-D-0011. These parts will support the Improved Bradley Acquisition Subsystems (IBAS) Weapon System.





This is a sole sourced requirement for DRS Network and Imaging Systems, Inc CAGE 32865 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 PN support requirements generated by the Tactical Aviation and Grounds Munitions (TAGM) and AMCOM Logistics Center (ALC) Project Offices used on the Improved Bradley Acquisition Subsystem (IBAS).





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 is 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 (FY25-27). Items, and the possibility of more in the future, will be repriced again at the end of 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. The requirement will be included on the applicable delivery orders. FAT must be separately priced. The offeror may submit a Request for FAT Waiver; however, FAT shall 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 contract 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. The Government reserves the right to amend, &/or cancel the solicitation and resolicit in the event information or requirements change.





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 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.







Time Lines





Solicitation Receipt – Request offeror acknowledge receipt of solicitation SPRRA2-24-R-0010 within 3 business days and feedback on feasibility in meeting the closing date of 4PM CST 1 April 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 DLA Contract Team Members. Offeror shall not contact any other Government personnel other than the person(s) identified. Contacting any Government personnel other than the individual(s) identified 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 the DLA Contracting Team.





Attachments: DRS INCREMENT I SPARES for a full list of PNs.


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

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Number: ITB 24-12 Bid Title: N. Front St. Electrical Underground Conduit Jack

City of Fernandina Beach

Bid Due: 5/16/2024

Follow Part numbers for IBAS Weapon System, Sole Source to DRS Active Contract

Federal Agency

Bid Due: 4/30/2024

Document Title Document Number Deadline Adventure-Themed Interactive Displays ITN TDD 55-24 05-08-2024 3:00

Okaloosa County

Bid Due: 5/08/2024

Advertisement Detail Department of Transportation Agency Decisions PURCHASE AND INSTALLATION SURVEILLANCE AND SECURITY

State Government of Florida

Bid Due: 10/11/2040