MODIFICATION
59 -- IMPROVED BRADLEY ACQUISITION SYSTEM (IBAS) - REPRICE
- Notice Date
- 12/16/2025 12:07:18 PM
- Notice Type
- Solicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA226R0030
- Response Due
- 4/30/2026 2:00:00 PM
- Archive Date
- 05/15/2026
- Point of Contact
- Scott Lamothe, Becky Brady
- E-Mail Address
-
scott.lamothe@dla.mil, becky.brady@dla.mil
(scott.lamothe@dla.mil, becky.brady@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This requirement is sole sourced to DRS Network and Imaging Systems, Inc. CAGE 32865 in accordance with FAR 6.302-1(a)(2); ��only one responsible source and no other supplies or services will satisfy agency requirements.� SPRRA226R0023�s purpose is to add IBAS parts to the DRS/DLA Enterprise Umbrella contract SPRRA220D0011�s subsumable contract SPRRA220D0012 for 3 ordering periods; ideally, Fiscal Year (FY) 2026 (FY26) through 2028 (FY28). The Government contemplates Firm-Fixed-Pricing (FFP) for this effort in accordance with the overarching basic contract, and requests pricing for three (3) years. This is an RFP for part support requirements generated by the Tactical Aviation and Grounds Munitions (TAGM) and AMCOM Logistics Center (ALC) Project Offices used on the Improved Bradley Acquisition Subsystem (IBAS). The offeror is required to price 3 ordering periods (FY26-28). Currently solicited items and possibly more items in the future will be repriced again at the end of FY28. Cost and Pricing Proposal Content/Cost/Price Supporting Documentation. At a minimum, offeror proposal shall include the following: 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/Ns. 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. Accordingly, proposal submittal shall include mandated price analysis of all subcontractor proposals and a cost analysis of each subcontractor proposal for which certified cost or pricing data is required. Fair and reasonable subcontractor analysis in accordance with FAR 15.404-3(b) Subcontract Pricing Considerations shall accompany proposal submission. An un-sanitized cost breakdown (all cost information, rates/dollars) shall also be provided in a Microsoft Excel File. The proposed Indirect Expense Rates, Inter-Organizational Transfers (IOTs) and its subcontractor(s) shall provide documentation of the most recent Indirect Expense Rates, to include, at least one of the following: Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMA; or Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA; or 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. 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. Offeror 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 offeror shall submit a mitigation plan. No assumptions, terms, conditions, caveats or exceptions submitted within offeror 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 award. Offeror shall submit their subcontracting plan with their proposal as a separate document. The subcontract shall be incorporated by reference and made a part of the final award. The subcontract will be used to ensure offeror is on track to meet the goals established in the base contract. Additional Considerations Containers - 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. First Article Test (FAT) may be required, and when applicable, the requirement will be documented at the CLIN level, and priced separately. When required, the FAT report shall be submitted in English. The offeror may submit a Request for FAT Waiver; however, FAT shall be included on the award in anticipation of the requirement on future orders. FAT is not restricted to a specific ordering period and may be implemented with any order during the duration of the contract at the discretion of the engineering source authority. Offeror may submit a request for waiver, although a waiver is not guaranteed. Production Lot Test (PLT) � PLT may be required, and when applicable, the requirement will be documented at the CLIN level. PLT is not restricted to a specific ordering period and may be implemented with any order during the duration of the contract at the discretion of the engineering source authority. Offeror may submit a request for waiver of the PLT, although a waiver is not guaranteed. Evaluation Criteria - Minimum technical requirements. To be technically acceptable and thus, eligible for award, a proposal must conform to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements provided within all sections of this solicitation and/or within its attached addenda. Proposals receiving a technical rating of �Unacceptable� will be ineligible for award. Price. In addition to meeting the solicitation�s technical and quantity increment or range requirements above and cost and pricing requirements below, the Government will evaluate a proposal�s pricing for reasonableness. Evaluation of a proposal's pricing will not obligate the Government to order the estimated quantities or to distribute orders in the manner evaluated. The Government may reject a proposal as �Unacceptable�, if its pricing is determined to be materially unbalanced. Cost and Pricing Data. Offerors must provide all cost or pricing information required by FAR 15.4. Failure of a proposal to provide cost or pricing information required by FAR 15.4 will result in said proposal being deemed Unacceptable, and thus, ineligible for award. Product Quality Deficiency Report (PDQR) - The Product Quality Deficiency Report Program (Army Regulation 702-7) will be used when contractors: 1) deliver deficient items or 2) receive deficient items from a DoD supply chain in support of Army requirements. When requested, the Contractor shall assist the cognizant Contract Administration Office in evaluating PQDRs and exhibits for defects reported on items manufactured under this contract to determine the root cause for deficiencies. Corrective action and Preventative Action to preclude recurrence of discrepancies shall be an integral part of the Contractor�s Quality Program. These defects may be reported from any DoD activity that discovers a defective item. ProPricer System - The original unedited ProPricer system generated Excel file is hereby requested. In Excel Workbook format (.xlsx) provide a ProPricer system generated �Detail Cost Breakdown� report, with �Export Full Pricing� set to �Annual�. This Excel file shall be a full working cost model containing the original columns, formulas, and worksheets only. Do not modify the ProPricer system generated Excel file in any manner. Excel tabs to include: 1) P-Sheet (needed at minimum) 2) Direct Rates 3) Indirect Rates 4) CERs (if applicable) 5) CER Factors (if applicable) Ranges - Offerors are requested for increments or ranges of quantities as listed in the attachment. The awarded quantity, or quantities in the case of multiple items, will be based on the requirements of the Government and the combination of price and quantity per item that is the most advantageous to the Government. The contract quantity range shall be determined by the total quantity at the time of delivery awarded. There shall be no downward adjustment to an already awarded delivery order regardless of if another delivery order is awarded in the same ordering period. Economic Order Quantities (EOQs) � Economic Order Quantities (EOQs) shall be proposed by the sole source contractor to ensure optimal ordering quantities. The EOQ information requested will assist the Government to avoid disadvantages of quantities and to develop data for the current and future acquisitions. The Government anticipates the offeror�s proposal (in view of market research, historical awards, the nature of the items, and the current economic environment) will include quantities/ ranges that will vary from those being solicited. The solicited quantities are based on estimated annual demands and as such the Government reserves the right to negotiate / award the most advantageous quantities and/ or ranges. In submitting an offer, the offeror is acknowledging that estimated quantities herein are not representation that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. The Government has no obligation to reimburse offeror for any costs should this acquisition be cancelled partially or in entirety before award. Packaging � Standard practice for military packaging shall be utilized (MIL-STD-2073-1). Delivery Schedule � Proposal shall include proposed production lead time and monthly delivery rate. Proposal Submission � Proposal shall be electronically submitted to Government. Offeror can contact contract team for a DOD Safe Site link for submission purposes. CLINS - NSNs listed on this effort may be awarded together or separately. Timelines Solicitation Receipt � Request offeror acknowledge receipt of solicitation SPRRA226R0023 within 3 business days and feedback on feasibility in meeting the closing date of 4PM 30 April 2026 referenced in solicitation submittal email and SAM.GOV posting. If offeror elects to ""No Bid"", please provide detailed rationale and an alternate source of supply. Proposal Receipt - Upon receipt of proposal, DLA Contracting Team shall acknowledge receipt. Within 3 business days, the Government will identify deficiencies, request additional information/documentation, and/or provide proposal acceptance. Offeror proposal shall remain valid for a minimum of one hundred and eighty (180) days from the date of acceptance. Summary All communications shall be submitted in writing directly to the DLA Contracting Officer and Specialist for this effort. Offeror 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).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c538f19b927849d0b724f7e1a29b63a9/view)
- Place of Performance
- Address: Melbourne, FL, USA
- Country: USA
- Country: USA
- Record
- SN07667158-F 20251218/251216230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |