This protected government document, designated as Source Selection Information (SSI) and Controlled Unclassified Information (CUI), outlines requirements for a federal procurement related to Circuit Card Assemblies (NSN 5998-01-609-1074, Part Number 13656860). The Request for Proposal (RFP) includes solicitation numbers SPRRA2-26-R-0006, SPRBL1-25-D-0006, and SPRRA2-26-D-0016. Key details cover NAICS code 334412, packaging requirements (MIL-STD-2073-1, MIL-STD-129, ISPM-15), and transportation specifications (F.O.B. Destination, Inspection Origin, Acceptance Origin). The document also mandates identification of sources of supply per DFARS 252.217-7026 and includes clauses related to the Buy American Act and Trade Agreements (DFARS 252.225-7000, 252.225-7001, 252.225-7020, 252.225-7021). It specifies proposed quantity ranges, including a minimum order quantity (MOQ) of 4 and a Basic Ordering Agreement (BEQ) quantity of 18, along with initial required delivery schedules.
Enclosure 2, SPRRA2-26-R-0005, outlines the required annual representations and certifications for federal acquisitions, as prescribed in FAR 52.204-8. It specifies various NAICS codes and corresponding small business size standards, ranging from 500 to 1350 employees. Offerors can complete these certifications electronically via the System for Award Management (SAM) website, provided they are currently registered. The document details numerous FAR provisions applicable to solicitations, covering areas such as independent price determination, payments to influence federal transactions, prohibition on contracting with entities requiring certain internal confidentiality agreements, taxpayer identification, women-owned businesses, inverted domestic corporations, responsibility matters, and delinquent tax liability. Other provisions address place of performance, small business programs, equal low bids, previous contracts and compliance reports, affirmative action, veterans' employment reporting, biobased and recovered product certifications, greenhouse gas emissions, and various "Buy American" and trade agreement certifications. Additionally, it includes prohibitions on conducting restricted business operations in Sudan and Iran, and representations for Historically Black Colleges or Universities and Minority Institutions. The document also lists optional certifications to be checked by the Contracting Officer. Offerors must verify that their SAM representations are current, accurate, and complete, or identify any changes.
Enclosure 3, DFARS 252.227-7017, outlines requirements for identifying and asserting restrictions on the government's use, release, or disclosure of technical data and computer software within federal solicitations. This provision applies to data delivered with other than unlimited rights, excluding restrictions based solely on copyright or, in SBIR contracts, data generated under the resulting contract. Offerors must submit a detailed attachment with their proposals, specifying any asserted restrictions, the basis for these assertions (e.g., private expense development), and the asserted rights category. Failure to provide this information accurately and completely may render an offer ineligible for award. If a contract is awarded, these assertions will be incorporated as an attachment, and the contractor must provide additional information upon request for evaluation by the Contracting Officer. This ensures proper management of intellectual property rights in government contracts.
The Defense Logistics Agency (DLA) is issuing a sole-source Letter Request for Proposal (RFP) (SPRRA2-26-R-0005) to Raytheon Company for 18 Circuit Card Assemblies (NSN: 5998-01-609-1074, Part Number: 13656860) to support the Patriot Missile System. This Firm Fixed Price (FFP) procurement falls under the "Alpha 6" Long-Term Contract (SPRBL1-25-D-0006). Raytheon must indicate their intent to respond within five business days and submit proposals by January 12, 2025, 5:00 P.M. CST. Proposals must adhere to the umbrella contract's terms, include detailed cost data, and address potential Organizational Conflicts of Interest (OCI). First Article/Production Lot Testing may be required, with waiver options. Contact David Bennett at David.B.Bennett@dla.mil for questions.