SOLICITATION NOTICE
10 -- Plug 5340219205501 Cvr Bat 6160219202487 Cap Assy 6650219202502 Br Lckng 1240219202514 Cvr Rbbr 6650219202508 O-Ring 5331219203021 Nut Slf-Lckng 5310219202488 Cap Assy 6650219202495 Fltr Asy 6650219202497 Mnt Asy 1240219202492 - Justification and Approval (J&A)
- Notice Date
- 3/29/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 332994
— Small Arms Manufacturing
- Contracting Office
- TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
- ZIP Code
- 61299-7630
- Solicitation Number
- W52H0908R0334
- Archive Date
- 4/28/2010
- Point of Contact
- Cassi Haynes, 309-782-4580
- E-Mail Address
-
TACOM Contracting Center - Rock Island (TACOM-CC)
(cassi.haynes@us.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W52H0909D0004
- Award Date
- 4/15/2009
- Description
- W52H0909D0004 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION CMO # 08-486 Program/Equipment:M145 Machine Gun Optic (MGO) Various Spares Authority: 10 USC 2304(c)(1), Only One Responsible Source Amount: $11,500,000.00 Prepared by: Typed Diane GrimesDSN: 793-8107 Title: Contract SpecialistDate: 1 July 2008 PCO: Typed Name: Elyse E. MeadeDSN: 793-5789 Title: Contracting OfficerDate: 18 July 2008 //s// Donald P. Kelly III for Technical: Typed Name: Jeff WindhamDSN: 793-8162 Title: Chief, Dismounted BrDate : 17 July 2008 Requirements: Typed Name: Tom TkatchDSN: 793-7616 Title: Leader, Wpns Support GrpDate: 9 July 2008 COORDINATION: AMSTA LR Concur Caridad Ramos//s// 08JUL08_______________ (concur/nonconcur) (signature) (date) JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION CMO # 08-486 1. Contracting Agency: U.S. Army TACOM LCMC (RI) Rock Island, IL 61299 7630. 2. Description of Action: This action will result in a sole source, firm fixed price 5 year requirements contract with the Canadian Commercial Corporation (CCC), CAGE 98247. The CCC will act as the prime contractor for Raytheon Canada Limited ("Elcan"), CAGE 36126. Award is projected for the 4th quarter of FY 08 and Army Working Capital Funds will be used. Historically, these items were bought on individual Purchase Orders. The proposed contract type will prove to be beneficial to obtaining parts more expeditiously, not to mention the time savings of the acquisition process. An acquisition plan is not required because it does not meet the dollar threshold for an acquisition plan. 3. Description of Supplies/Services: This procurement is for ten (10) distinct spare parts to the M145 Machine Gun Optic (MGO) as follows: 1) Plug, Protective, NSN 5340-21-920-5501 2) Cover, Battery, NSN 6160-21-920-2487 3) Cap, Assembly, Front, NSN 6650-21-920-2502; 4) Bar, Locking, NSN 1240-21-920-2514 5) Cover, Rubber, NSN 6650-21-920-2508 6) O-Ring, NSN 5331-21-920-3021; 7) Nut, Self-Locking, NSN 5310-21-920-2488 8) Cap, Assembly, Rear, NSN 6650-21-920-2495; 9) Filter Assembly, NSN 6650-21-920-2497; 10) Mount Assembly M145, NSN 1240-21-920-2492; The estimated value of the proposed contract is $11,500,000.00. The proposed contract will not include an option provision. 4. Authority Cited: 10 USC 2304(c)(1), Only One Responsible Source, as implemented by FAR 6.302 1. 5. Reason for Authority Cited: a. FAR 6.302-1 is deemed applicable for this requirement as only one responsible source and no other suppliers or services will satisfy agency requirements. b. A procurement of spares as listed herein is required to maintain interchangeability of existing assets and to ensure that critically needed spare parts are available to stock the Small Arms Readiness Evaluation Team (SARET). The SARET assists deploying units with Small Arms RESET by providing repair parts and by inspecting and repairing small arms. The SARET mission will take on the additional requirement to inspect and repair/replace the M145 MGO; therefore, a critical need exists to stock inventory with appropriate M145 MGO spare parts. c. Spare parts listed in paragraph 3, above, are unique to the M145 Machine Gun Optic (MGO). The design of the M145 MGO is proprietary to Raytheon Canada Limited ("ELCAN"). The Government does not have the technical data or any production rights. It is not cost effective for the Government to reverse engineer these items. Such an effort would require measuring and documenting dimensions of these ten parts, cost an estimated $465,000 over a twenty two (22) month period and require the creation of 3D models and drawings. Beyond that, production set up, validation testing, initial production, first article testing and reliability testing would consume an additional thirty one (31) months and require an estimated outlay of $722,400. Any potential cost savings to be found from pursuing other Commercial, Off the Shelf (COTS) solutions in a competitive arena are outweighed by the overall estimated outlay in excess of $1,187,400.00 over a 53 month effort. 6. Efforts to Obtain Competition: The procurement action will be synopsized in FedBizOpps to alert interested contractors and subcontractors. 7. Actions to Increase Competition: Competition will not increase as long as ELCAN M145 MGO's remain fielded. Because of the need to provide life-cycle spares to the M145 MGO, Elcan will continue to be the sole source provider for spares that directly support the ELCAN M145 MGO. 8. Market Research: Market Research was conducted on 30 April 2008 by ARDEC engineers, located at Rock Island, to determine if other commercial items or non-developmental items are available to meet the Government's needs or could be modified to meet the Government's needs. The ARDEC Engineers are inherently familiar with this item, and are regarded as subject matter experts in relation to item comparisons, capabilities, and marketplace conditions. Although there may be other commercial solutions which could meet the requirement of the M145 MGO, the extended schedule and cost associated with qualifying a new contractor makes this option prohibitive. Such an effort would require measuring and documenting dimensions of these ten parts, cost an estimated $465,000 over a twenty two (22) month period and require the creation of 3D models and drawings. Beyond that, production set up, validation testing, initial production, first article testing and reliability testing would consume an additional thirty one (31) months and require an estimated outlay of $722,400. Any potential cost savings to be found from pursuing other Commercial, Off the Shelf (COTS) solutions in a competitive arena are outweighed by the overall estimated outlay in excess of $1,187,400.00 over a 53 month effort. In addition, in order to maintain interchangeability with existing assets, it is recommended that the M145 an associated spare parts be procured from the current contractor, ELCAN. 9. Interested Sources: To date, no other sources have expressed an interest in writing. The notices required by FAR 5.201 will be published and any proposals received shall be considered. 10. Other Factors: Procurement History: All historical information ranges from 2002 to present with all awards made to ELCAN/Raytheon Canada. 11. Technical Certification: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Name: XXXXX___ Date: 17 July 2008 Title: Ch Dismounted Br Signature: //s// XXXXXX 12. Requirement Certification: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Name: XXXXX Date: 9 July 2008 Title: _Ldr, Wpns Spt Grp_ Signature: //signed// XXXXXX 13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost for this contract action will be fair and reasonable based on price history and price analysis. As part of this basis, certified cost and pricing is not required for these commercial items in accordance with FAR 15.403-1(c)(3). Available marketplace information (contractor price lists and actual vendor quotes) will be used to support the determination of fair and reasonable pricing. Name: Elyse E. Meade____ Date: 18 July 2008 Title: Contracting Officer ____ Signature: 14. Contracting Officer Certification: I certify that this J&A is accurate and complete to the best of my knowledge and belief. Name: Elyse E. Meade____ Date: 18 July 2008 Title: Contracting Officer ____ Signature: APPROVAL CMO # 08-486 Based on the foregoing justification, I hereby approve the procurement of ten (10) distinct spare parts to the M145 Machine Gun Optic (MGO), End Use: M145 MGO at a total estimated value not to exceed $11,500,000.00 on an other than full and open competition basis pursuant to the authority of 10 USC 2304(c)(1), subject to the availability of funds, and provided that the services and property described herein have otherwise been authorized for acquisition. Date: _14 Aug 2008_____Signature: ___///signed//________ LA RUTH SHEPHERD Competition Advocate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/48b1ac244e52a5b229cd59afb17338a3)
- Record
- SN02105357-W 20100331/100329234909-48b1ac244e52a5b229cd59afb17338a3 (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 |