The Defense Logistics Agency (DLA) is requesting a proposal for pricing related to the National
Stock Number (NSN) and part number listed below. This requirement will be awarded against the BOA
established by DLA Aviation-Richmond, contract SPE4A1-25-G-0019, with the GE Aviation Systems LLC,
CAGE Code 35351. The BOA /SPE4A1-25-G-0019/ establishes the terms and conditions that will apply to
this order. The BOA supports supports all NSNs and Part Numbers associated with the referenced CAGE
Code.
The Contractor shall furnish such supplies as indicated in each individual order issued in
accordance with the terms and conditions of the BOA and any additional mutually agreed terms set
forth in each order. The Contractor agrees to submit Firm Fixed Prices and delivery schedule(s) for
each of the items to be delivered under the Delivery Order.
As a result of this RFP, SPRRA2-25-R-0082, DLA Huntsville intends to award the part listed below.
We are requesting pricing be valid for 365 days.
NSN: 1430-01-505-0681
P/N: 174350-05-01
NOUN: REFERENCE UNIT, INER
QTY: 115
DLA Contracting Team Identification:
Jean Paul Bretz, DLA AVN- Huntsville, Contracting Officer Email: jean.bretz@dla.mil
Phone: (256) 690-5712
Jasika Williams, DLA AVN- Huntsville, Contract Specialist Email: jasika.williams@dla.mil
Phone: (256) 201-7563
A. Please adhere to the following timelines:
1. Your response is requested as soon as possible. If you choose to submit a proposal, it shall be
submitted before 5:00 p.m. Central Standard Time (CST), July 21, 2025.
B. Instructions:
1. The BOA (SPE4A1-25-G-0013) will govern the Contractor’s and Government’s rights, obligations,
and contract clauses.
2. This RFP is not an authorization to start work.
3. 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.
4. Your proposal shall remain valid for a minimum of sixty (60) days from receipt by the
government.
C. Proposal Content/Cost/Price Supporting Documentation. At a minimum, your proposal shall include
the following:
1. The Government contemplates Firm-Fixed-Pricing for this award in accordance with the overarching
basic contract and requests pricing for one (1) year.
D. 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. An un-sanitized cost break-down (all
cost information, rates/dollars) shall also be provided in a Microsoft Excel File.
a. To comply with this solicitation, the offeror is required to price the P/N listed and be valid
for 365 days.
c. 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.
d. In support of the proposed Indirect Expense Rates, Inter-Organizational Transfer (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):
A. Forward Pricing Rate Agreements (FPRAs) with DCAA or DCMA
B. Forward Pricing Rate Recommendations (FPRR) from DCAA or DCMA
C. 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.
f. 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.
g. In accordance with FAR clause 52.215-22, Limitation on Pass-Through Charges, if GE Aviation
Systems intends to subcontract more than 70 percent of the total cost of work to be performed under
the resulting add-on, GE Aviation Systems shall identify in its proposal a description of the
value-added provided by GE Aviation Systems as related to the work to be performed by the
subcontractor(s) as defined by FAR clause 52.215-22.
h. GE Aviation Systems 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 GE Aviation Systems shall
submit a mitigation plan.
i. 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. GE Aviation Systems 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).
J. 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.
k. 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.
l. 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 TAW 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 TAW DFARS 252.204-7016(c).
m. Complete the Proposal Adequacy Checklist located in DFARS 252.215-7009 for offers over the
TTNA threshold.
n. The Government reserves the right to award the NSN of this Letter RFP either on the same
contract or separate contracts.
Be advised that this requirement has been advertised in beta.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.
If you have any questions, feel free to contact Jasika Williams jasika.williams@dla.mil, (256)
201-7563.