SOLICITATION NOTICE
10 -- NSN: 1015-01-537-0697, P/N: 13010524, 3RD GENERATION LOADER'S TRAYS - Justification and Approval (J&A)
- Notice Date
- 3/29/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 332995
— Other Ordnance and Accessories 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
- W52H09-09-R-0276
- 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
- W52H09-09-C-0120
- Award Date
- 9/19/2009
- Description
- W52H0909C0120 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION CMO # 09-474 1. Contracting Agency: U.S. Army Contracting Command, TACOM, Contracting Center (RI) Rock Island, IL 61299 7630 2. Description of Action: This action will result in a Firm Fixed Price contract with Tri-Technologies, award is projected for the end of the fourth quarter of FY09 and FY09 PAA funds will be used. An acquisition plan is not required because it does not meet the dollar threshold for an acquisition plan. 3. Description of Supplies/Services: Procurement for 850 each new 3rd Generation Loader's Trays: NSN: 1015-01-537-0697, P/N: 13010524 to Support Abrams M1A1 and M1A2 Production/RESET/Field Mod Programs. The proposed contract will include an option provision for 250 each. The estimated value is $1,375,000.00. 4. Authority Cited: 10 USC 2304(c) (1): Only one responsible source and no other supplies will satisfy agency requirements by FAR 6.302 1. 5. Reason for Authority Cited: As authorized by FAR 6.302 1, procurement by other than full and open competition is necessary because Tri-Technologies is currently the only source that has been able to produce this critically required Loaders Tray. Tri-Technology is currently in production and shipping units. They are the only source that can meet the delivery schedule of April 2010. a.The proposed acquisition is to support the Production/RESET/Field Mod efforts of the M1A1 & M1A2 vehicles needing 3rd Generation Loaders Trays for the Abrams Tank System. Tri-Technologies, was involved with the redesign of the Loader Trays to the new 3rd Generation Loader Trays, and is currently producing/shipping these units. As a current producer of the Loader Tray, the First Article Test will be waived. Although the Technical Data Package (TDP) has been determined to be adequate for competitive acquisitions, a new source could potentially encounter some of the same problems as the previous producer, with passing the First Article Test and meeting production requirements. The current production schedule requires 80 units per month for Jan - Jun 2010. Then it drops down to 50 units per month Jul - Dec 2010. The remaining 320 units are required to upgrade the Abrams Tanks that have already gone through the production line without the latest configuration of the Deflector Blast. b.The current competitive acquisition for the 450 units, are required to support the spare field requirements and are not part of the production requirements. This item has proven to be technically challenging and the current competitive acquisition for 450 units was re-opened for proposals on 3 Jun 2009. Due to the technical aspects of this unit, the Government determined that those offerors wanting to submit a proposal were requested to build and deliver a prototype to TACOM Contracting Center Rock Island for evaluation along with their proposals. c.Based on this requirement the usual 30 days required to submit a proposal is now 120 days after issuance, anticipate closing of solicitation on or about 29 Sep 2009 a proposal and a prototype will be submitted by each offeror. The process of evaluating each proposal will be based on a Go/No Go testing of the prototype, past performance and price. An award is anticipated on or about 31 Dec 2009. The production support group at TACOM LCMC RI, provided Manufacturing Lead Time Estimating Worksheet; which indicates the FAT -143 days after award, on or about 23 May 2010 and an additional 30 days for the Government to approve the test, estimated to be 23 Jun 2010. The first production units would then be ready to ship at 240 days after award, estimated to be 28 Aug 2010. This data is based on anticipated award date of 31 Dec 2009. 1.Previous producer lost its contract due to failure to meet the requirements and functional test for the Loader Trays. 2.Tri-Technologies located in Mt. Vernon, NY are currently producing this item and has delivered 317 units out of 1,300 each new 3rd Generation Loaders Trays. At this time Tri-Technologies are currently 163 units short of the contracted delivery schedule of 600 units to have been delivered by Aug 2009. 3.This requirement will result in a new contractual action to be Sole Sourced to Tri-Technologies. The total estimated value of this entire effort is $1,375,000.00 with deliveries commencing April 2010 if not earlier. An award to Tri-Technologies will fill the gap, caused by the prior contractor's failure to produce a serviceable unit. Based on the history of this item and the difficulty experienced to produce a functional unit, there is a good probability that a new source may not be able to meet the delivery date on the competitive action of this item. The option will only be used to cover the Government's requirements should there be a delay in deliveries from the competitive action. Therefore based on the above information sole source procurement to Tri-Technologies is the only alternative the Government has to meet the Army's required delivery date. d.Production/RESET/Field Mod requirements are being used in making and resetting (repairing, overhauling and bringing to an issuable condition to sustain readiness) Abrams M1A1 and M1A2 vehicles in support of Operation Iraqi Freedom (OIF). This requirement became known on or about February 2009 and based on the above information, Sole Source award of this requirement to Tri-Technologies must be accomplished under FAR 6.302-1, Only one responsible source and no other supplies will satisfy agency requirements. Using normal procurement methods, a contract could not be competed and awarded in time to meet the Production/RESET/Field Mod's for the M1A1 and M1A2 Abrams Tanks, and meet the April 2010 required delivery schedule. 6. Efforts to Obtain Competition: This procurement action was synopsized in the FEDBIZOPPS to alert interested contractors and subcontractors. This action produced 30 or more interested contractors. 7. Actions to Increase Competition: The Technical Data Package is available for a competitive acquisition. The next buy will be competitive 8. Market Research: Market research was conducted by this office on 29 Jan 2009 and it generated interest from at least 30 companies. Interested parties were invited to attend a pre-proposal conference to give them an opportunity to see the unit and how it functions and the critical need for these units to function correctly. Interested parties included the previous contractor for these units, Hoosier and their sub-vendor Matrix. Based on experience and problems Hoosier and Matrix had in producing a functional unit, a new source would have a difficult time manufacturing this item and would not be able to meet the Government's required delivery date. 9. Interested Sources: To date, there have been over 30 interested sources that have expressed an interest in writing. The notices required by FAR 5.201 have been published and any proposals received shall be considered. 10. Other Factors: Procurement History: Contract: W52H09-06-D-0267 - cannot produce a functional unit and is not in production. Contractor: Hoosier Industrial Supply Inc Award Date: 29 August 2006 Competitive Status: Small Business Set-aside Authority: N/A Control No: N/A Contract: W52H09-09-C-0010 Contractor: Tri-Technologies Award Date: 28 October 2008, Competitive Status: Sole Source Authority: FAR 6.302-1 Control No.: CMO 08-487 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. 12. Requirements 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. 13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost for this contract action will be fair and reasonable based on cost/price analysis performed on the certified cost/pricing data provided by the contractor. Name: Dave L. Elliott_____________ Date: 30JUL2009 Title: Contracting Officer__________ Signature: //signed// 14. Contracting Officer Certification: I certify that this J&A is accurate and complete to the best of my knowledge and belief. Name: _Dave L. Elliott____________Date: 30JUL2009 Title:_Contracting Officer_________Signature: //signed// APPROVAL CMO # 09-474 Based on the foregoing justification, I hereby approve the procurement of 850 each Loader Trays, NSN: 1015-01-537-0697, P/N: 13010524, M1A1 & M1A2 Abrams Tank, with an option for 250 each. At a total estimated value of $1,375,000.00 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: 6 August 2009 SIGNATURE: //signed// LA RUTH SHEPHERD Competition Advocate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c8816384118e3ca44c4d8c7becadaf72)
- Record
- SN02105618-W 20100331/100329235156-c8816384118e3ca44c4d8c7becadaf72 (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 |