Notice of Intent
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: May 06, 2024 03:14 pm EDT
- Original Response Date: May 14, 2024 04:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 29, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
- NAICS Code:
- 334412 - Bare Printed Circuit Board Manufacturing
- Place of Performance:
Description
The intent of this Synopsis, in accordance with FAR 5.201, is to add the
following sole-source NSNs onto the already established contract with
Raytheon Company, SPRBL1-15-D-0017. Our market research suggests that
Raytheon is the sole approved source capable of providing these source
controlled (AMSC C), National Stock Numbers (NSNs). SPRBL1-15-D-0017 is
a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract
providing for the support of Depot Level Repairable (DLR) and consumable
spare parts as well as repair and engineering services provided by
Raytheon that are associated with sole-source Raytheon manufactured
system components. The contract maximum ceiling is $8B. The NSNs
described below will be priced for the remainder of the contract until
expiration. The products described herein, the Government has
determined to be acceptable. The applicable parts are listed below:
Description Requirements:
Nomenclature NSN
CCA, XDR Modem 5998-01-693-0306
CCA, XDR Baseband 5998-01-693-0313
This synopsis details the intent of the Government to release a sole-source
solicitation for these NSNs to Raytheon Company (CAGE Code 49956). Only
the source previously approved by the government for supply of these
items will be solicited. The time required for approval of a new source is
normally such that award cannot be delayed pending approval of a new
source. If you are not an approved source, please review the following
steps that identify the technical data needed to demonstrate that a
prospective contractor can competently manufacture an NSN to the same
level of quality or better than the Approved Source. For an Alternate
Product Please Submit in Accordance with the Following: An Alternate
Offeror shall respond to the Contracting Specialist, Hannah Ward:
hannah.ward@dla.mil on whether they intend to offer the Government an
alternative product and submit support documentation. The review
process for alternate Offerors can take over 180 days from the date the
alternate Offeror package is received. Once a decision is made, you will
receive a notification advising you of the results. Alternate products may
include a previously reverse engineered product or a previously-approved
product; and shall furnish the data required. Any product offered must be
either the product cited from the Item Description listing above or be
physically, mechanically, electrically, and functionally interchangeable
with the product cited: (1) The Offeror must indicate that an alternate
product is being offered if the Offeror is any one of the following: (i) An
Offeror who (A) manufactures the item for an approved source currently
cited; and (B) does not have authorization from that approved source to
manufacture the item, identify it as the approved source part number, and
sell the item directly to the Government; (ii) A dealer/distributor offering
the product of a manufacturer that meets the description in subparagraph
(i) above; (iii) An Offeror of a previously reverse engineered product that is
not currently cited; or(iv) Any other Offeror who does not meet the criteria
in subparagraphs (b)(1), (d), or (e) of this provision. (2) If an alternate
product is offered, the Offeror shall furnish legible copies of all drawings,
specifications, or other data necessary to clearly describe the
characteristics and features of the alternate product being offered. Data
submitted shall cover design, materials, performance, function,
interchangeability, inspection and/or testing criteria, and other
characteristics of the offered product. If the offered product is to be
manufactured in accordance with data the Offeror has obtained from
elsewhere within the Government, the Offeror shall either furnish the
detailed data specified in this paragraph, or supply a description of the
data package in its possession; i.e., basic data document and revision, the
date the data was obtained and from whom (Government agency/activity).
If the Offeror does not furnish the detailed data with its offer, the
Contracting Officer will be unable to begin evaluation of the offered
product until such time as the detailed data can be obtained from the
Government agency/activity possessing the data. If the alternate product is
a previously reverse engineered product, the Offeror shall provide:
traceability documentation to establish that the offered item represents
the item specified (i.e., invoice from an approved source or submission of
samples having markings of an approved source); number of samples that
were examined; the process/logic used; raw data (measurements, lab
reports, test results) used to prepare drawings or specifications for the
offered item; any additional evidence that indicates the reverse engineered
item will function properly in the end item; and any evidence
that life cycle/reliability considerations have been analyzed. (3) In addition,
the Offeror may be required to furnish data describing the exact product
cited. The data required from the Offeror depends on the level of technical
data describing the exact product, if any, available to the Government. The
possible levels of technical data the Government may have and the
corresponding data submission requirements for Offerors are identified in
subparagraphs (a)-(d) below. For the item(s) being acquired under this
solicitation, the level of data in the Governments possession and the
corresponding requirements for data submission are identified; or, if not
specified, are as follows: [buyer insert (a), (b), (c), or (d), as applicable]. (If
the level of data in the Governments possession and Offeror requirements
for data submission are not identified in either the POT or PID or in this
subparagraph (c)(3), then subparagraph (i) below applies.) (i) No data: This
Agency has no data available for evaluating the acceptability of alternate
products offered. In addition to the data required in subparagraph (c)(2) of
this provision, the Offeror must furnish drawings and other data covering
the design, materials, etc., of the exact product cited, sufficient to establish
that the Offeror's product is equal to the product cited. (ii) Adequate
proprietary (i.e., limited rights) data: This Agency possesses adequate
drawings and/or specifications for the exact product as cited, but such data
are proprietary (i.e., limited rights) and shall be used only for evaluation
purposes. The Offeror must furnish the data required in subparagraph (c)
(2) of this provision, but is not required to submit data on the exact
product. (iii) Inadequate data: This Agency does not have adequate data
available for evaluating the acceptability of alternate products offered. In
addition to the data required in subparagraph (c)(2) of this provision, the
Offeror must furnish drawings and other data covering the design,
materials, etc., of the exact product cited, sufficient to establish that the
Offeror's product is equal to the product cited. (iv) Adequate catalog data:
This is a commercial off the shelf item. Adequate catalog data are available
at the contracting office to evaluate alternate offers. In addition to the data
required in subparagraph (c)(2) of this provision, the Offeror must furnish
with its offer a commercially-acceptable cross reference list; or legible
copies of all drawings, specifications or other data necessary to clearly
describe the characteristics and features of the alternate product being
offered, sufficient to establish that the Offeror's product is equal to the
product cited. The Offeror is not required to submit data on the exact
product. (4) The Contracting Officer will not evaluate offers of alternate
product (which includes offers of previously reverse-engineered product)
for the current procurement. Instead the Offeror shall submit a request to
the appropriate location for engineered product) for the current
procurement. Instead, the Offeror shall submit a request to the appropriate
location for evaluation of the alternate products technical acceptability for
future procurements of the same item. The request for evaluation shall cite
the national stock number (NSN) of the exact product and, as identified in
this synopsis, include the applicable level of technical data on the
alternate and exact products. The level of technical data that the
Government has available for use to evaluate the acceptability of an
alternate product offered, and the corresponding level of technical data
that must be furnished with an offer of alternate product, will be identified
either or in paragraph (c)(2) of the provision at 52.217-9002. If the level of
data and submission requirements are not identified in either of these
locations in the solicitation, then 52.217-9002(c)(3)(i) applies. To be
considered for the existing requirement, approved sources responding to
this notice of intent shall be submitted no later than fifteen (15) days from
the date of synopsis. Please note, if evaluation of an approved alternate
Offeror cannot be processed in time and/or approval requirement preclude
the ability to obtain subject items in time to meet government
requirement, award of the subject requirement will proceed.
Please Note:
This notice is not a Request for Proposal. This notice is provided for
planning purposes and is not to be construed as a commitment by the U.S.
Government.
Attachments/Links
Contact Information
Primary Point of Contact
- Kristal Gahre
- kristal.gahre@DLA.MIL
Secondary Point of Contact
- Johnna Bursk
- johnna.bursk@dla.mil
History
- May 29, 2024 11:55 pm EDTSpecial Notice (Original)