Search Contract Opportunities

Official Letter RFP, Sole Source to DRS

ID: SPRRA2-24-R-0046 • Type: Solicitation • Match:  95%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

March 14, 2024
DRS Network and Imaging Systems, Inc. 100 N Babcock St
Melbourne, FL, 32935
RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0046

The Defense Logistics Agency (DLA) intends to create a new subsumable contract for Project Manager Mounted Armored Vehicles (PM MAV) and award it against the DRS Network & Imaging Systems Enterprise Contract, SPRRA2-20-D-0011. These parts will support the Bradley Fighting Vehicle upgrade. The first pricing will be for a repair effort.

DLA Contracting Team Identification:
Mallory Medley, DLA Aviation- Huntsville
Contracting Officer E-mail: mallory.medley@dla.mil, Phone: 256-616-6502
Anna Phillips, DLA Aviation- Huntsville
Contract Specialist E-mail: anna.phillips@dla.mil, Phone: 256-214-9734
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), April 19, 2024.
B. Instructions:
1. The Umbrella contract (SPRRA2-20-D-0011) shall govern the Contractor's and Government's rights and obligations.
2. Contract clauses are governed by the Umbrella contract, SPRRA2-20-D-0011.
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. 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 new subsumable effort in accordance with the overarching basic contract, and requests pricing for FY24-FY26 on only the repair effort at this time.
2. The attached Statement of Work provides the outline for the repair effort.
a. A FFP price/fee will be established for the tear down, inspect, and evaluation for each part.
b. With the evaluation, a report will be provided to the Government detailing the issues identified, along with the cost to repair the item (labor and material). At that time, a FFP will be negotiated to fix the particular part.
c. If an item is deemed beyond economical repair, the Contractor will be provided disposition instructions.
3. The offeror shall prepare one summary schedule for the tear down, inspect, and evaluation fee. Along with the summary schedule, the offeror shall provide fully supportable cost data which substantiates the offeror's summary schedule for the P/Ns.
a. To comply with this solicitation, the offeror is required to price the tear down, inspect, and evaluation fee at QTY 1 E/A for the parts listed in the SOW.
b. Additionally, the offeror is required to propose repair labor wrap rates for FY24-FY26, for when the evaluation report is provided back to the Government it includes the number of proposed labor hours and material.
c. A profit rate shall be agreed upon and established for the repair line.
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. An un-sanitized cost breakdown (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File.
f. In support of the proposed wrap rates, the contractor(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.
g. 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.
h. In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if DRS intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, DRS shall identify in its proposal a description of the value-added provided by DRS as related to the work to be performed by the subcontractor(s) as defined by FAR clause 52.215-22.
i. DRS 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 DRS shall submit a mitigation plan.
j. 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. DRS 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).
k. 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.
l. DRS shall submit their Small Business Plan with their proposal as a separate document SBxxxx.doc. This attachment will be used to ensure DRS is on track to meet the goals established in the base contract.
Be advised that this requirement has been advertised in 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.

Overview

Response Deadline
April 19, 2024, 5:00 p.m. EDT Past Due
Posted
March 14, 2024, 11:18 a.m. EDT
Set Aside
None
Place of Performance
Melbourne, FL United States
Source

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
On 3/14/24 DLA Aviation issued Solicitation SPRRA2-24-R-0046 for Official Letter RFP, Sole Source to DRS due 4/19/24. The opportunity was issued full & open with NAICS 335931 and PSC 6130.

NATO Stock Number

Details for NSN 5998016999134

Item Name
MANAGEMENT UNIT, ELECTRICAL-ELECT

Approved Suppliers
Primary Contact
Name
Anna Phillips   Profile
Phone
None

Documents

Posted documents for Solicitation SPRRA2-24-R-0046

Question & Answer

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

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SPRRA2-24-R-0046

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SPRRA2-24-R-0046

Similar Active Opportunities

Open contract opportunities similar to Solicitation SPRRA2-24-R-0046

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AVIATION HUNTSVILLE > DLA AVIATION AT HUNTSVILLE, AL
FPDS Organization Code
97AS-SPRRA2
Source Organization Code
500042649
Last Updated
May 4, 2024
Last Updated By
anna.phillips@dla.mil
Archive Date
May 4, 2024