Tender Details
Title

PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
31.10.2024
Overview
PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN Solicitation Amendment 0006 change proposal due date to 31 October 2024. _______________________________________________________________________ Amendment 0005 change proposal due date to 10 October 2024. ______________________________________ SPRRA2-24-R-0016 America/Chicago DEPT OF DEFENSE PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN America/Chicago eMail : hecmari.bretz@dla.mil Hecmari "Mari" Bretz Texas USA UNITED STATES SPRRA2-24-R-0016 Amendment 0006 change proposal due date to 31 October 2024. _ Amendment 0005 change proposal due date to 10 October 2024. _ Amendment 0004 change proposal due date to 26 September 2024. _ Amendment 0003 change proposal due date to 12 September 2024. _ Amendment 0002 change proposal due date to 24 July 2024. _ SPRRA224R0016 PROPOSAL DUE DATE IS EXTENDED FROM 29 APRIL 2024 TO 20 JUNE 2024. The Defense Logistics Agency (DLA) is issuing solicitation SPRRA224R0016 to add parts to the new subsumable contract to the Captains of Industry (COI) contract, SPE4AX-22-D-9000 (DLA Huntsville Spares) for fiscal years, 2025 (FY25) through 2027 (FY27). The subsumable contract will fall under the Lockheed Martin COI / Umbrella contract, SPE4AX22D9000. These parts will support the Patriot Missile Weapon System. This is a sole sourced requirement 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 Army Aviation and Missile Command (AMCOM) Logistics Center (ALC) Project Offices used on the Patriot Missile Weapon System. 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 (FY25-27). 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, 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. Ozone Depleting Substances – Item(s) being procured have been identified as having Ozone Depleting Substances and High Global Warming Potential Hydrofluorocarbons (OHM) specifications. (a) In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act, (42 U.S.C. 767a(1), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available. (b) To comply with this statute, the Government has conducted a best effort screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review they are identified below with the disposition determined in each case. (c) If offerors possess any special knowledge about any other ODSs required directly or indirectly at any level of contract performance, the U.S. Army would appreciate if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so. Export Control – Arms Export control is applicable. The technical data package contains technical data whose export is restricted by the Arm 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. Export Control requires the applicable certifications to be current for both the quoter and manufacturer. The offeror and any source(s) of supply it will use for contract performance must have an active United States/Canada Joint Certification Program (JCP) certification to access export-controlled data. DLA does not intend to delay award in order for an ineligible offer or its source(s) supply to apply for and receive authority approval to access the export-controlled data. 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. Provisions 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions 52.204-8 Annual Representations and Certifications. 52.223-4701 Ozone Depleting Substance DLAD 52.233-9001 Disputes – Agreement to Use Alternative Dispute Resolution (ADR) . Timelines Solicitation Receipt – Request offeror acknowledge receipt of solicitation SPRRA224R0016 within 3 business days and feedback on feasibility in meeting the closing date of 4PM CST 29 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 following DLA Contract Team Members. Becky Brady, DLA Aviation-Huntsville Contracting Officer, Strategic Missile Team E: Becky.Brady@dla.mil David Bennett, DLA Aviation- Huntsville Contract Specialist E: David.B.Bennett@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 David Bennett (David.B.Bennett@dla.mil). Attachments: SPRRA224R0016 Attachment 021524 (full list of parts) FAT Waiver Worksheet REV E 031220 CNT TDPL NAICS Code : 334412 PSC Code : 5998 Phone :
NAICS
Business Justice Electric Power Transmission Regulation Copper Motorcycle Executive and Legislative Offices Financial Transactions Processing Justice Other Justice Machinery Regulation Executive Executive Financial Transactions Processing Other Similar Organizations (except Business Environment Executive and Legislative Offices Other Justice Other Similar Organizations (except Business Agencies Copper Process Small Arms
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper Missiles Weapons, ammunition and associated parts Other containers System, storage and content management software package Strategic missiles Control, safety, signalling and light equipment Sections Control, safety or signalling equipment for inland waterways Lead Office, school and office equipment cleaning services Safes Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Umbrellas Control, safety or signalling equipment for parking facilities Command, control, communication systems Supports Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Parts of chain Chain Large containers Transfers Pressure-reducing, control, check or safety valves Live plants, bulbs, roots, cuttings and slips Other services Posts Tables Seats, chairs and related products, and associated parts Keys Fats Control, safety or signalling equipment for roads Sole Administration, defence and social security services Matches Radio, television, communication, telecommunication and related equipment Control, safety or signalling equipment for airports Tables, cupboards, desk and bookcases Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Post Clean room Chains Missiles Awards Business cases Market research Logistics Umbrellas Equipment cases Matches Tables Surface Personal communication holders or mounts, stands Case making services IP phones Packaging case Side table Combination H Financial Instruments, Products, Contracts and Agreements Table saw Tent, for office use Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries North America Northern America
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Bridges and Tunnels Postal and Courier Services Roads and Highways-Bridge Infrastructure Water and Sanitation Law and Legal Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert