Search Contract Opportunities

Inertial Navigation Element Remanufacture - Sole Source to Northrop Grumman

ID: FA8128-20-R-0002 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

A 14-YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY TYPE CONTRACT IS CONTEMPLATED.

(a) This is a remanufacture meeting the requirements at FAR 22.1003-6(a)(1). The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture required to restore the piece(s) of equipment to original life expectancy, or nearly so. The contractor shall also accomplish all necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award.

(b) A Pre-Award Survey is hereby WAIVED. The Initial Production Evaluation (IPE) is hereby WAIVED.

(c) Qualification requirements do not apply. The Government intends to negotiate with only one source, Northrop Grumman Services Corporation, Cage 06841, under the authority of FAR 6-302-1. CERTIFIED COST OR PRICING DATA IS REQUIRED in accordance with FAR 15.403-4.

(d) In order to receive any technical data related to this acquisition, offerors must send an email request to Tiffany Rodriguez at Tiffany.Rodriguez.4@us.af.mil. Release of any data is subject to applicable data rights. The request shall include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at:
http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The Government is not responsible for incomplete, misdirected, or untimely requests.

(e) GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c))
Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as estimated or maximum will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract.

(f) "Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). If the contractor estimates that any item is not reparable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO. Some of the units listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Statement of Work and/or Technical Orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond remanufacture limits, shall be
included in the unit price(s) of the Beyond Economical Remanufacture CLIN. Condemned units will not be counted as production.

(g) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.

(h) This Solicitation is for a 14-year Indefinite Delivery Indefinite Quantity contract consisting of one 3-year ordering period, four 2-year ordering periods and one 3-year ordering period. (See Clauses at 252.216-7006- Ordering , 52.216-18 -Ordering , 52.216-19 Order Limitations and 52.216-22- Indefinite Quantity ).

(i) FAR 52.216-22- Indefinite Quantity shall be adjusted by the Contracting Officer at the time of award to reflect a date one year after the expiration date of the contract.

(j) FAR 252.216-7006- Ordering shall be adjusted by the Contracting Officer at the time of award to reflect the contract effective date through 14 years.

(k) FAR 52.216-19 Order Limitations

The minimum quantity is 40.
The maximum quantity is 550.

The minimum quantity dollar value will be negotiated via the first ordering period with a maximum quantity of 550 overall.

(l) Ordering Period/Delivery Schedule. This effort is a 14-year contract consisting of one 3-year
ordering period, four 2-year ordering periods and one 3-year ordering period. The planned award
dated is September 2020. This is a supply contract with individual Delivery Orders placed as required for remanufacturing efforts.

Ordering Period Delivery Schedule
1 XX Sept 2020 XX Sept 2023
2 XX Sept 2023 XX Sept 2025
3 XX Sept 2025 XX Sept 2027
4 XX Sept 2027 XX Sept 2029
5 XX Sept 2029 XX Sept 2031
6 XX Sept 2031 XX Sept 2034

(m) Contract Line Item Structure. The Contract Line Item Numbers (CLINs) listed below are intended to show the anticipated CLIN structure for all Delivery Orders and are for reference only. Sub-Contract Line Item Numbers may be established under CLINs to accommodate various ACRNs, Accounting and Appropriation Data, Variations in end items, etc. This will include a mixture of fixed price incentive firm target (FPIF), firm fixed price (FFP), and not separately priced data CLINs. All references to X in the CLIN represent sequential numbering which will correlate to the Ordering Periods.

CLIN DESCRIPTION CONTRACT TYPE
X001 Remanufacture of INE FPIF
X002 Remanufacture of INE FFP
X003 Over and Above FFP
X004 Data-CDRLS Not Separately Priced-No Fee NSP
X005 Beyond Economical Repair FFP

(n) Offerors must clearly identify all proposed deviations from the solicitation requirements and/or exceptions to the terms and conditions. Offerors must also provide complete rationale for all proposed deviations and/or exceptions.

Overview

Response Deadline
March 3, 2020, 4:00 p.m. EST (original: Dec. 22, 2019, 3:00 p.m. EST) Past Due
Posted
Dec. 3, 2019, 4:39 p.m. EST (updated: Dec. 3, 2019, 5:00 p.m. EST)
Set Aside
None
Place of Performance
Salt Lake City, UT 84116-2993 United States
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price; Fixed Price Award Fee;
Est. Level of Competition
Sole Source
Vehicle Type
Indefinite Delivery Contract
On 12/3/19 Nuclear Weapons Center issued Solicitation FA8128-20-R-0002 for Inertial Navigation Element Remanufacture - Sole Source to Northrop Grumman due 3/3/20. The opportunity was issued full & open with NAICS 336414 and PSC 1420.
Primary Contact
Name
Tiffany Rodriguez   Profile
Phone
(405) 739-8823

Secondary Contact

Name
Troy Archie   Profile
Phone
(405) 739-8833

Documents

Posted documents for Solicitation FA8128-20-R-0002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA8128-20-R-0002

Contract Awards

Prime contracts awarded through Solicitation FA8128-20-R-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA8128-20-R-0002

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA8128-20-R-0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE NUCLEAR WEAPON CENTER > STRATEGIC SYSTEMS-AFNWC > FA8128 AFNWC PZN
FPDS Organization Code
5700-FA8128
Source Organization Code
500020994
Last Updated
March 18, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 18, 2020