Official Letter RFP, Sole Source to IRTC

Agency: DEPT OF DEFENSE
State: Alabama
Type of Government: Federal
Category:
  • 99 - Miscellaneous
Posted: Apr 1, 2024
Due: Apr 30, 2024
Solicitation No: SPRRA224R0021
Publication URL: To access bid details, please log in.
Follow
Official Letter RFP, Sole Source to IRTC
Active
Contract Opportunity
Notice ID
SPRRA224R0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 01, 2024 03:05 pm CDT
  • Original Date Offers Due: Apr 30, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Huntsville , AL
    USA
Description

IN REPLY REFER: DLA AHC



April 01, 2024



Intuitive Research and Technology Corporation (IRTC)



CAGE 1MQC1



5030 Bradford Drive NW STE 205



Huntsville, AL 35805



RE: Letter Request for Proposal (RFP) SPRRA2-24-R-0021, NAICS: 541715



The Defense Logistics Agency (DLA) intends to create a new long-term contract (LTC) in support of the GEOSPATIAL INTELLIGENCE (GEOINT) UNIFIED NAVAL STREAMING SYSTEM (GUNSS). This LTC will be a 6-year Indefinite Delivery Requirements (IDR), cost-reimbursable and firm-fixed price (FFP) contract with pricing to be updated every two (2) years. This LTC is for the Program Executive Office Unmanned Aviation & Strike Weapons (PEO U&W) Common Standards & Interoperability (CSI).



As a result of this RFP, SPRRA2-24-R-0021, DLA Huntsville wishes to create a contract that shall provide all labor, materials, and travel necessary to plan, design, develop, integrate, operate, and test prototypes for the GUNSS system, its variants, and family of products.



See attached Statement of Work for specific requirements. The best estimated quantity of the number of ship installs and support are 24 for FY24 and 24 for FY25. Below is the proposed CLIN structure to capture the hardware, software, labor, travel, and non-reoccurring engineering for the BEQ of ship installs; however, the Government encourages the vendor to provide an alternative CLIN structure that best captures the requirements.



CDRLS – Listed in SOW



DLA Contracting Team Identification:



Mallory Medley, DLA AVN- Huntsville, Contracting Officer/Division Chief Email: mallory.medley@dla.mil



Phone: (256) 616-6502



Anna Phillips, DLA AVN- Huntsville, Contract Specialist Email: anna.phillips@dla.mil



Phone: (256) 214-9734




  1. Instructions:



    1. The contemplated contract (SPRRA2-24-D-XXXX) shall govern the Contractor’s and Government’s rights and obligations.

    2. Contract clauses applicable to this contract are an attachment to this RFP.

    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 2-Year Best Estimated Quantities (BEQs), 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.

    7. 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 30, 2024.



  2. Proposal Content/Cost/Price Supporting Documentation. At a minimum, your proposal shall include the following:



    1. The Government contemplates FFP and Cost Plus for this IDR in accordance with the basic contract, and requests pricing for two (2) years.

    2. 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/N. Submission must include working excel formulas, 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.

      1. To comply with this solicitation, the offeror is required to price the following Fiscal Years: Fiscal Year 2024 and 2025.

      2. 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. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall be provided.

      3. An un-sanitized cost break-down (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File.

      4. In support of the proposed Indirect Expense Rates, 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):

        1. Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMA

        2. Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA

        3. Forward Pricing Rate Proposal (FPRP), Approved Provisional Rates Proposal or other statement of current rates including two









(2) years of Incurred Cost Submissions to DCAA detailing pools and bases (by expense accounts) information which validates the calculations or two (2) 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.








      1. 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.

      2. In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if IRTC intends to subcontract more than 70 percent of the total cost of work to be performed under the resulting add-on, IRTC shall identify in its proposal a description of the value-added provided by IRTC as related to the work to be performed by the subcontractor(s) as defined by FAR clause 52.215-22.

      3. IRTC 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 IRTC shall submit a mitigation plan.

      4. 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. IRTC 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).

      5. 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.

      6. This document contains technical data whose export is restricted by the Arms 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. JCP Certification is required for Export Controlled Items.

      7. Effective August 13, 2020, the offeror, by submission of its quotation, represents it:





  1. will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation in accordance with FAR 52.204-24(d)(1);

  2. does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services IAW FAR 52.204-24(d)(2); and 3) does not provide covered defense telecommunications equipment or services as part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument IAW DFARS 252.204-7016(c).

    1. Complete the Proposal Adequacy Checklist located in DFARS 252.215-7009 for offers over the TINA threshold.





Be advised; however, 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.


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
  • Apr 01, 2024 03:05 pm CDTSolicitation (Original)
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

...Last Name Edit G14-40358 -HCS+ & TSIS6 Software SRC0000021957 G14-40358 -HCS+ & TSIS6 ...

State Government of Alabama

Bid Due: 5/07/2024

...UA24-131 Room Scheduling Software Attachments Attachment- State of Alabama Immigration Compliance...

The University of Alabama

Bid Due: 5/24/2024

...UA24-131 Room Scheduling Software Attachments Attachment- State of Alabama Immigration Compliance...

The University of Alabama

Bid Due: 5/24/2024

...Follow NSI X300 CT & DR Software Maintenance Agreement Active Contract Opportunity Notice ...

JUSTICE, DEPARTMENT OF

Bid Due: 5/10/2024

* 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.