Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production and Sustainment

Agency: DEPT OF DEFENSE
State: Utah
Type of Government: Federal
Category:
  • 14 - Guided Missiles
Posted: Oct 14, 2021
Due: Feb 11, 2023
Solicitation No: FA8214-22-R-7000
Publication URL: To access bid details, please log in.
Follow
Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production and Sustainment
Active
Contract Opportunity
Notice ID
FA8214-22-R-7000
Related Notice
FA821422DFT3P
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE NUCLEAR WEAPON CENTER
Sub Command 2
STRATEGIC SYSTEMS-AFNWC
Office
FA8214 AFNWC PZBB
General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Oct 14, 2021 09:15 am MDT
  • Original Date Offers Due: Feb 11, 2023 04:00 pm MST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1427 - GUIDED MISSILE SUBSYSTEMS
  • NAICS Code: 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Layton , UT 84041
    USA
Description

The Government intends to solicit and negotiate with only one source under the

authority of FAR 6.302-1. There is only one responsible source and no other

suppliers or services will satisfy the agency requirements, under the authority of 10

U.S.C. 2304(c)(1).



This is a RFP for The Boeing Company to provide a proposal for the production of flight test kits and sustainment of FT3 systems. This contract award will allow for production of FT3 flight test kits through the life of the Air Force Global Strike Command (AFGSC) Minuteman III (MMIII) Operational Test Launch (OTL) Program and sustainment of those FT3 systems required to support the OTL mission in accordance with the attached FT3 Performance Work Statement (PWS) dated 4 October 2021. The basic ordering period for Production is 8 years, starting in February 2022 or upon contract award. Boeing should provide pricing for the basic PoP and for two 2 year options and one 1 year option which may extend the basic ordering period through September 2035. The Sustainment Contract Line Item Number (CLIN) Period of Performance will begin 1 February 2023 in 1-year periods for the basic 8 year ordering period with options. Please provide the RFP in accordance with the attached Clauses and Provisions, Performance Work Statement (PWS) dated 12 October 2021, Contract Data Requirements List (CDRLs) dated 12 October 2021. This requirement shall be accomplished in accordance with the requirement documents attached. The PWS and Draft CLIN structure estimates period of performance for each CLIN and the overall effort. Period of performance estimates are based on initial program scheduling and may be adjusted based on proposed approach and negotiations. Packaging and Shipping should be proposed in accordance with Boeing Document D2-29691 FT3 Transportation PlanThis is a RFP for The Boeing Company to provide a proposal for the production of flight test kits and sustainment of FT3 systems. This contract award will allow for production of FT3 flight test kits through the life of the Air Force Global Strike Command (AFGSC) Minuteman III (MMIII) Operational Test Launch (OTL) Program and sustainment of those FT3 systems required to support the OTL mission in accordance with the attached FT3 Performance Work Statement (PWS) dated 4 October 2021. The basic ordering period for Production is 8 years, starting in February 2022 or upon contract award. Boeing should provide pricing for the basic PoP and for two 2 year options and one 1 year option which may extend the basic ordering period through September 2035. The Sustainment Contract Line Item Number (CLIN) Period of Performance will begin 1 February 2023 in 1-year periods for the basic 8 year ordering period with options. Please provide the RFP in accordance with the attached Clauses and Provisions, Performance Work Statement (PWS) dated 12 October 2021, Contract Data Requirements List (CDRLs) dated 12 October 2021. This requirement shall be accomplished in accordance with the requirement documents attached. The PWS and Draft CLIN structure estimates period of performance for each CLIN and the overall effort. Period of performance estimates are based on initial program scheduling and may be adjusted based on proposed approach and negotiations. Packaging and Shipping should be proposed in accordance with Boeing Document D2-29691 FT3 Transportation PlanThis is a RFP for The Boeing Company to provide a proposal for the production of flight test kits and sustainment of FT3 systems. This contract award will allow for production of FT3 flight test kits through the life of the Air Force Global Strike Command (AFGSC) Minuteman III (MMIII) Operational Test Launch (OTL) Program and sustainment of those FT3 systems required to support the OTL mission in accordance with the attached FT3 Performance Work Statement (PWS) dated 4 October 2021. The basic ordering period for Production is 8 years, starting in February 2022 or upon contract award. Boeing should provide pricing for the basic PoP and for two 2 year options and one 1 year option which may extend the basic ordering period through September 2035. The Sustainment Contract Line Item Number (CLIN) Period of Performance will begin 1 February 2023 in 1-year periods for the basic 8 year ordering period with options. Please provide the RFP in accordance with the attached Clauses and Provisions, Performance Work Statement (PWS) dated 12 October 2021, Contract Data Requirements List (CDRLs) dated 12 October 2021. This requirement shall be accomplished in accordance with the requirement documents attached. The PWS and Draft CLIN structure estimates period of performance for each CLIN and the overall effort. Period of performance estimates are based on initial program scheduling and may be adjusted based on proposed approach and negotiations. Packaging and Shipping should be proposed in accordance with Boeing Document D2-29691 FT3 Transportation Plan



Government assumes one order of three or four flight test kits per year; however, Boeing should provide the limitation for minimum and maximum flight test kits per year and the required time period between orders without incurring additional costs.



In effort to reduce significant future costs due to stringent Range Safety requirements and Diminished Manufacturing Supply and Material Shortages (DMSMS) impacts, the Government requests Boeing provide an analysis, outlining an effective approach and best practices for acquiring piece parts that require extensive lead time. This approach should consider Range Commander’s Council (RCC) 319 Appendix B and latest FT3 Parts Management Plan applicability for future lot screening and qualification efforts. Boeing’s analysis should include lead time and costs for materials.



The Government has attached a draft CLIN structure as previously collaborated with Boeing to assist with organizing the proposal.



The Government would like Boeing to validate and revise/populate as necessary the attached Government Rights in Data (GRID), Contract Data Requirements List (CDRL), Government Furnished Property (GFP) Listing, and Initial Spare Parts Listing.



Attached is the proposal adequacy checklist along with preparation guidelines. Boeing shall prepare and submit a Cost Analysis Report (CAR) and pricing data for the basic ordering period and each of the option years, and the supporting attachments. Pricing shall be delivered in accordance with FAR 15.408 Table 15-2. Additionally, Boeing should provide the following: a separate cost volume; technical volume which includes approach for production and sustainment requirements; and draft schedule for production and delivery of the first four flight test kits. Proposal Adequacy and Structure.



In response to this Request for Proposal (RFP), Boeing shall prepare and submit certified cost or pricing data and supporting attachments in accordance with Table 15-2 of FAR 15.408. Further, Boeing shall (1) utilize the DFARS 252.215-7009, Proposal Adequacy Checklist (PAC) (attached to this RFP letter), in pre-submission proposal quality reviews, and (2) furnish the completed checklist as part of its proposal submission.



The responsibility for providing a well-prepared and fully supported cost proposal lies solely with Boeing. The basis and rationale for all proposed costs shall be provided as part of the proposal so that the Contracting Officer (CO) has the information necessary to evaluate the reasonableness of the proposed price.



If Boeing is unsure as to whether a checklist item is required in support of the proposal, or how to adequately comply with a checklist item, Boeing shall contact the Contracting Officer as soon as possible after receipt of the RFP, but in any case prior to proposal submittal, to resolve the questions.



Non-compliances with the DFARS Proposal Adequacy Checklist and the additional requirements of this provision will require immediate correction. However, completion of the checklist does not relieve Boeing from the responsibility to comply with all applicable regulations and any special requirements of the solicitation.



Boeing is encouraged to flow down this provision to subcontractors/affiliates required to submit certified cost or pricing data in support of this RFP.



Boeing is advised that the contracting officer may find costs associated with revision/rework of inadequate cost proposals unreasonable, and will consider the nature and extent of any proposal inadequacies when assessing/negotiating profit.



In order to preclude delays in negotiations and contract award, the completed PAC submitted with the proposal shall provide a clear explanation for any checklist items not included in the proposal, particularly items not provided based on any of the five exceptions to TINA found at FAR 15.403-1(b).



Cost Proposal Requirements. In addition to the requirements identified in the DFARS PAC, the following also apply to the cost proposal submitted in response to this RFP.



Breakout by Year. If the proposal includes more than one CLIN, the proposal shall include a breakout of CLIN prices by cost element by Contractor Fiscal Year (CFY). At the Contracting Officer’s direction, the breakout by year shall also be provided by:



X Government Fiscal Year (GFY)



X Calendar Year (CY)



The proposal shall define the timeframe of the Contractor Fiscal Year (for example, January – December).



If the proposal includes more than one CLIN/subCLIN, recurring/non-recurring costs shall be identified for each CLIN/subCLIN.



When the proposal includes material costs, the proposal shall include a consolidated bill of materials (CBOM) at the total contract level in an electronic, sortable format (Excel spreadsheet).



When the amounts proposed in the CBOM include application of escalation, the proposal shall identify the base value, the escalation rate(s) used, and the escalation amount associated with each item escalated.



When the proposed amount is based on historical data which has been adjusted (for example, for differences in quantity), the CBOM shall clearly identify the adjustments made to the historical data and the reason for each adjustment.



All costs proposed on the basis of Cost Estimating Relationships (CER) shall be fully supported. The proposal shall identify the basis for the proposed rate, shall identify the base to which the rate is applied, and shall clearly demonstrate the calculation of proposed costs based on CERs.



For any costs incurred prior to proposal submission, the proposal shall identify actual hours and cost incurred as well as hours/costs to complete and the time phasing associated with these hours/costs. This information/data shall be provided in a time-phased cost element summary format.



Submission of Historical Actual Costs Incurred. Boeing shall provide with its proposal historical Actual Costs Incurred (ACI) data for any similar efforts within the past 3 years.



The contractor shall provide the following information for these prior acquisitions:



a. contract number (including modification number if applicable) or other identifier;

b. contract type;

c. contract quantity;

d. contract price; and

e. actual cost incurred, including a breakout of actuals as recurring/non-recurring costs. If performance is not complete on any of the specified contract actions, provide an estimate to complete and the basis for that estimate.



The contractor shall also request that its top five major sole source subcontractors provide the information listed in the above paragraphs (i) a. through e. on prior contracts for items the prime is purchasing from the subcontractors for this effort. If a subcontractor’s information on prior actuals is not included in the prime’s proposal, the proposal should identify status and anticipated receipt date(s). If the subcontractor deems the information proprietary, the subcontractor may submit the information directly to the CO.



The proposal shall identify those actions where assist audits have been requested by the prime or sub-tier contractors and identify the request date and scheduled receipt date for those audits. The need for assist audits resulting from proprietary data rights assertions at any tier shall be identified to the Contracting Officer as soon as Boeing becomes aware of the need. Government performance of assist audits does not relieve Boeing of the responsibility to accomplish and provide its price/cost analysis of the subcontracts.



Commercial item considerations:



Boeing proposal shall provide support for any subcontractor Commercial Item Determinations (CID), addressing, at a minimum, the following:



A description of the supplies or services;



Specific identification of the type of commercial item claim (FAR 2.101 commercial item sub-definitions (1) through (8)), and the basis on which the item meets the definition; and



For modified commercial items (commercial item sub-definition (3)), classification of the modification(s) with supporting rationale as either:



Of a type customarily available in the commercial marketplace (FAR 2.101 commercial item sub-definition (3)(i)); or



A minor modification of a type not customarily available in the commercial marketplace made to meet Federal Government requirements (FAR 2.101 commercial item sub-definition (3)(ii)).



Note that per FAR 15.403-1(c)(3)(iii)(B), modifications that meet the definition of minor modifications of a type not customarily available in the commercial marketplace as defined in FAR 2.101, paragraph (3)(ii) of the commercial item definition, will require the submission of certified cost and pricing data when the total price of all such modifications exceeds the greater of the threshold for certified cost or pricing data (FAR 15.403-4) or 5% of the total price of the contract at the time of contract award.



ii. For proposed subcontract commercial items “of a type”, or “evolved” or modified (FAR 2.101 commercial item sub-definitions (1) through (3)), the offeror shall provide a technical description of the differences between the proposed item and the comparison item and thoroughly address the cost differences between the proposed item and the comparison item.



The proposal shall include, or Boeing shall make available, data other than certified cost or pricing data to establish price reasonableness of the proposed subcontract commercial item (to include any modifications not subject to the requirement to submit certified cost or pricing data) by supplying:



Information/data related to competition, if competition is Boeing’s basis for asserting the reasonableness of the proposed subcontract price.



Information/data related to prices (sales data, market price assessments, etc.). Note that subcontractors may submit sales data directly to the CO if the subcontractor deems the data proprietary.



The prime contractor’s or higher tier subcontractor’s price analysis/price reasonableness determination for the commercial subcontract in accordance with FAR 15.404-3(b)(1) and (2).



Cost information/data (cost element breakdown and supporting documentation not subject to certification in accordance with FAR 15.406-2). Instances where cost information may be required include but are not limited to commercial items offered but never actually sold to the public, “of a type” commercial items, or when sales data is limited and/or not recent and/or not for the same/similar quantities.



Note that the preferred method of establishing the price reasonableness of commercial items is to obtain commercial sales data. It is recognized that other methods, such as market price assessment data or evaluation of cost data not subject to certification, are also acceptable when prior sales data cannot be obtained. Sales data shall (1) demonstrate sales to the general public; (2) be current; and (3) where possible, be in like quantities. Items sold to state, local, or foreign governments or items sold with applications only to state, local, or foreign government or US Government end items are not considered to be sales to the general public unless the proposed commercial item meets the FAR 2.101 commercial item definition sub-definition (8).



Submission of electronic cost model. The proposal submission shall include an electronic cost model with active formulas demonstrating the mathematical calculation of the proposed cost (in Excel). The electronic cost model shall include build-up by year of cost in total and by CLIN/subCLIN, consistent with the yearly breakout required by paragraph (d)(1) of this provision, or as directed by the Contracting Officer. If applicable, the electronic cost model shall link each Work Breakdown Structure (WBS) to the applicable CLINs. The electronic cost model shall roll up to an annual and total program summary by cost element. All information supporting each CLIN should be visible and verifiable in the electronic cost model. The formulas included in the electronic cost model shall not be locked, and the model shall be editable by the Government.



Please provide your proposal, in accordance with the tasks specified in the attached FT3 PWS.



In accordance with AFMC Mandatory Procedures MP5332.7 Contract Funding Notice to Offeror: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, the Government has no obligation to reimburse an offeror for any costs.



The proposal is due by 1600 MST on 11 February 2022. If you have any questions or concerns, please contact the undersigned at 801-775-3700. If additional information is required, I can be reached by calling 801-775-3700 or through e‑mail at bradley.vargo.1@us.af.mil


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801 586 8478 6008 WARDLEIGH RD BLDG 1580
  • HILL AFB , UT 84056-5837
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Nov 19, 2021[Solicitation (Updated)] Flight Test, Telemetry and Termination (FT3) Flight Test Kit Production and Sustainment
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow U.S. Army Dugway Proving Ground Private Industry Testing Event Active Contract Opportunity

Federal Agency

Bid Due: 9/30/2024

Follow Ashley National Forest Prospectus for Campground and Related Granger-Thye Concessions Active Contract

Federal Agency

Bid Due: 5/01/2024

Follow FA822024R3002 F-4 Repair and Overhaul Active Contract Opportunity Notice ID FA822024R3002 Related

Federal Agency

Bid Due: 4/08/2024

Bid # Description Closing Date & Time IFB USU Eastern Heat Plant DA

Utah State University

Bid Due: 4/16/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.