Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SPECIAL NOTICE

99 -- MJB BRIDGE PARTS

Notice Date
2/17/2010
 
Notice Type
Special Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, Joint Contracting Command, Iraq/Afgahnistan, KANDAHAR RCC, APO AE, Non-U.S., 09355, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
ENG0C3MRG00001
 
Archive Date
3/10/2010
 
Point of Contact
James Mote, Phone: DSN: 318-841-1284
 
E-Mail Address
james.mote@afghan.swa.army.mil
(james.mote@afghan.swa.army.mil)
 
Small Business Set-Aside
N/A
 
Description
KAF-RCC 22 January 2010 MEMORANDUM FOR RECORD SUBJECT: Justification and Approval (J&A) for Purchase of Mabey Johnson Bridge Parts 1. Contracting Activity: Regional Contracting Center (RCC), Kandahar Airfield, Afghanistan. 2. Requiring Agency: USARCENT, Fort McPherson, Georgia, POC LTC Charles Hemphill at commercial: (404)464-2294/DSN: 312-367-2294 or CPT Eric Von Fischer-Benzon at commercial: (404)464-2163/DSN: 312-367-2163. 3. Description of Action: This action is being requested as a new Firm Fixed Price (FFP) contract utilizing Operations & Maintenance Army (OMA) funding. 4. Description of Supplies: The supplies include bridge parts with an estimate totaling $2,300,748.19. See quote number BR-0062729 for a listing of product details. This procurement will be a Firm-Fixed Price. 5. Authorities Cited: FAR Subpart 13.500(a), "The subpart authorizes, as a test program, use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $5.5 million ($11 million for acquisitions as described in 13.500(e)), including options, of the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items. Under this test program, contracting officers may use any simplified acquisition procedure in this part, subject to any specific dollar limitation applicable to the particular procedure. The purpose of this test program is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry." Memorandum dated 30 December 2009, Subject: Class Deviation-Extension of Authority for Use of Simplified Acquisition Procedures for Certain Commercial Items that extends FAR Subpart 13.5 authority through 01 January 2012. 6. Circumstances and Facts: In February 2009, USARCENT shipped factory sealed containers containing bridge parts from the CENTCOM Theater Reserve in Kuwait to Afghanistan. Shortages were found during inventories of the Mabey Johnson Bridges that were shipped. USARCENT must replace the missing bridge parts for the Mabey Johnson Bridges to be FOC. USFOR-A J8 is providing the funding to the ARCENT G8 to execute the purchase of the identified missing bridge parts on the PR&C. These parts have a NATO NSN that cannot be ordered through the Army ordering system. USARCENT Engineers are working with DLA to add the MJB bridge part NSNs to the Army supply system, but it could take an additional 30 days to have all the required parts added to the system. Duplication of efforts would include reprocuring an entirely new bridging system in order to create competition for this requirement which will not prove to be cost effective and could potentially double the costs already incurred. 7. Efforts to Obtain Competition: This is not applicable, due to fact, these bridging systems are already being utilized in Iraq and Afghanistan. Mabey Johnson Bridge systems are the only manufacturer for these parts and no other manufacturers parts or contractors have compatable items. 8. Actions to Increase Competition: This is not applicable, due to fact, these bridging systems are already being utilized in Iraq and Afghanistan. Mabey Johnson Bridge systems are the only manufacturer for these parts and no other manufacturers parts or contractors have compatable items. 9. Market Research: Market research has revealed that Mabey Johnson Bridge systems are the only manufacturer for these parts and no other manufacturers parts or contractors have compatable items. 10. Interested Sources: There are no other interested sources for this requirement. 11. Other Facts: This office has never purchased these items, therefore, there is no procurement history data available for this requirement. There are no technical data packages, specifications, engineering descriptions, additional statements of work or purchase descriptions suitable for full and open competition because Mabey Johnson Bridge systems are the only manufacturer that can provide the required parts. 12. Fair and Reasonable Cost Determination: IAW FAR Subpart 15.403-1(c)(3)(i), this requirement is exempt from cost or pricing data. I hereby determine that the anticipated cost or price to the Government for this contract action will be fair and reasonable. In order to determine a fair and reasonable price, items from the Mabey Bridge & Shore, Incorporated quote dated 22 Jan 2010 were compared to contract number W91GF5-09-P-0344 which RCC Balad awarded on 31 Mar 09. The contract contained some of the items which are being procured for this contract action. The vendor's most recent price list was also referenced and compared and the results are listed below. Item Quote #BR-0062729 Contract #W91FG5-09-P-0344 Current Price List Brace Vertical $49.52 $58.26 $58.26 Screw-Dec $2.39 $2.81 $2.81 Nut-Deck Screw $1.78 $2.09 $2.09 Hammer, Club 1KG $11.64 $13.69 $13.69 Plate, Jack Head $95.32 $112.14 $112.14 13. Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. Brian E. Sonnier:_____________________________ Date:_________________________ Title: MSgt, USAF, Contingency Contracting Officer 14. Approval: Based on the foregoing justification, I hereby approve the procurement of the bridge parts on an other than full and open competition basis pursuant to the authority of FAR Subpart 13.106-1 (b)(2), "For sole source (including brand name) acquisitions of commercial items in excess of the simplified acquisition threshold conducted pursuant to Subpart 13.5, the requirements at 13.501(a) apply." FAR Subpart 13.500(a), "The subpart authorizes, as a test program, use of simplified procedures for the acquisition of supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $5.5 million ($11 million for acquisitions as described in 13.500(e)), including options, of the contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items. Under this test program, contracting officers may use any simplified acquisition procedure in this part, subject to any specific dollar limitation applicable to the particular procedure. The purpose of this test program is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry." Memorandum dated 30 December 2009, Subject: Class Deviation-Extension of Authority for Use of Simplified Acquisition Procedures for Certain Commercial Items that extends FAR Subpart 13.5 authority through 01 January 2012. Date:________________________ Competition Advocate Signature:__________________________________ Competition Advocate Print Name/Title:____________________________ HEADQUARTERS JOINT CONTRACTING COMMAND-IRAQ/AFGHANISTAN APO AE 09342
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3eddfddbfbd6cbd3e60ad39e9b9e7c81)
 
Place of Performance
Address: Kandahar Airfield, APO AE 09355, Kandahar, Non-U.S., 09355, Afghanistan
 
Record
SN02067864-W 20100219/100217235553-3eddfddbfbd6cbd3e60ad39e9b9e7c81 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.