Arizona Bids > Bid Detail

TAGM TOW Missile Parts

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 99 - Miscellaneous
Opps ID: NBD00159748698542864
Posted Date: Oct 31, 2022
Due Date: Nov 25, 2022
Solicitation No: SPRRA2-22-R-0054
Source: https://sam.gov/opp/53be55f848...
Follow
TAGM TOW Missile Parts
Active
Contract Opportunity
Notice ID
SPRRA2-22-R-0054
Related Notice
SPRRA2-22-R-0054
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 31, 2022 03:00 pm CDT
  • Original Date Offers Due: Nov 25, 2022 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 10, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 334413 - Semiconductor and Related Device Manufacturing
  • Place of Performance:
    Tucson , AZ 85757
    USA
Description

DLA-AHCA October 24, 2022

Raytheon Missiles & Defense 1151 E. Hermans Rd,

Tucson, AZ 85756

RE: Letter Request for Proposal SPRRA2-22-R-0054 Mr. Ivan V Avetissian,

The Defense Logistics Agency (DLA) wishes to add the five (5) parts listed in enclosure 1, TOW Missile System repair parts to the Raytheon Alpha V Long-Term Contract, SPRBL1-15-D-0017. These parts will support the Tube-launched Optically-tracked Wireless-guided (TOW) Missile System.

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

Lewis Fournet, DLA Aviation- Huntsville Contract Specialists E-mail: lewis.fournet@dla.mil, Phone: (256) 230-5758

A. Please adhere to the following timelines:

1. 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.

2. 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), November 25, 2022.

B. Instructions:

1. The negotiated contract (SPRBL1-15-D-0017) shall govern the Contractor’s and Government’s rights and obligations.

2. 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.

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

4. 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.

5. The Proposal must be certified to the 1 Year Best Estimated Quantity (BEQ), which is determined as the highest priced alternative to the Government.

6. 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 these add-on items in accordance with the overarching basic contract, and requests pricing for one (1) year. This is an RFP for the part numbers supporting the Tube-launched Optically tracked Wireless-guided (TOW) missile.

a. All hardware will be delivered to the Government per the below:

Ship-to: (Q95704)

Raytheon Missiles Systems Company

9000 South Rita Road

Tucson, AZ 85747-5000

2. The offeror shall prepare one summary schedule. This buy supports the Tube-launched Optically-tracked Wireless-guided (TOW) missile. Along with the summary schedule, the offeror shall provide fully supportable cost data which substantiates the offeror’s summary schedule for the P/N. 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.

a. To comply with this solicitation, the offeror is required to price for the following Fiscal Year: Fiscal Year 2023 (FY23)

b. Please price for the following best estimated quantity (BEQ):

1. PN: R20003540-0001 NOUN: Low Noise Amplifier QTY: 21,800 each

2. PN: R20003541-0001 NOUN: Low Noise Amplifier QTY: 26,582 each

3. PN: R10003413-0001 NOUN: EPRM Quantity: 34,896 each

4. PN: R20000235-0002 NOUN: Microcircuit, Programmable Digital Converter Quantity: 13,095 each

5. PN: AD11644888MLZ-P NOUN: Sensor, Inertial Ten Degrees of Freedom Quantity: 4,458 each

c. 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 1 Year BEQ only. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided for the 1 Year BEQ only.

d. 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.

e. The Government request hardware delivery schedule per Table 1:

Table 1: Hardware Delivery Schedule

Part Number

Noun

Quantity Delivered

Months ARO

R20003540-0001

Low Noise Amplifier

21,800

6

R20003541-0001

Low Noise Amplifier

26,582

6

R10003413-0001

EPROM

34,896

6

R20000235-0002

Microcircuit, Programmable Digital Converter

13,095

6

AD11644888MLZ-P

Sensor, Inertial Ten Degrees of Freedom

4,458

6

f. A sanitized cost break-down (no cost information, no rates/dollars) shall also be provided in a Microsoft Excel File.

g. 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):

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.

h. 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.

i. 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.

j. 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.”

k. 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.

l. 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.

m. 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).

n. 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 prior to contract award.

o. 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.

p. 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.

q. Prohibition on the acquisition of covered defense telecommunications equipment of service clause 252.204-7018 will be added to each applicable delivery order.


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

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 >