SPECIAL NOTICE
R -- RBL Follow on Requirement - FINAL Follow on Notice - Amendment 0001 to the Follow on requirement
- Notice Date
- 5/18/2010
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- FA330010T0022
- Archive Date
- 6/9/2010
- Point of Contact
- Kay L Bent, Phone: 334-953-6110
- E-Mail Address
-
kay.bent@maxwell.af.mil
(kay.bent@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment to the solicitation to correct the issue date and offer due date. Readiness Base Leveling (RBL) follow on requirement for AFLMA. This is a Notice of Intent to award a follow on contract under statutory authority, 10 USC 2304(c)(1), set forth in Federal Acquisition Regulation 6.302-1(a)(2)(iii)(A). Only one responsible source and no other supplies or services will satisfy agency requirements. The government intents to award a follow on (See approved follow on justification below) fixed price contract to Logistics Management Institute (LMI), 2000 Corporate RDG, McLean, VA 22102-7854. If any interested parties can fulfill this requirement, please provide statement of interest to this office NLT 12:00 noon CDST on 25 May 2010. Electronic submissions are acceptable. Direct any correspondence to the 42d Contracting Squadron, Acquisition Flight B, 50 LeMay Plaza South (Building 804), Maxwell AFB, AL 36112-6334, ATTN: Kay Bent, faxed to (334) 953-3527, or emailed to kay.bent@maxwell.af.mil. ATTACHMENT: SUBJECT: Follow on Justification, Purchase Request #F2XTA8011A001. MEMORANDUM FOR: 42 CONS FROM: AFLMA/DD SUBJECT: Follow-on Justification 1. Description of the supplies and services being acquired: The Air Force Logistics Management Agency (AFLMA) has an ongoing requirement to provide vital programming, modeling, and analysis support to the Air Force. The support provided includes advanced supply analysis covering other aspects of Air Force inventory requirements determination and inventory distribution including (a) recommendations for improving AF inventory stockage policy, (b) recommendations for improving contingency inventory support, (c) improving integrity and quality of data used to determine AF inventory requirements, (d) assisting in the review, loading and deletion of Contingency High Priority Mission Support Kits (CHPMSKs), (e) conducting analysis of RBL code and output, and (f) recommending improvements to AF data systems to improve supply support. Specifically, the AFLMA must complete a number of projects to include, but not limited to, an analysis of the impact of more accurate flying hour predictions for Air Mobility Command, and an ananlysis of the non-optimized formula for wartime requirements for aircraft wheels and tires as well as spare gun parts. Futhermore, research is also required to determine, at an enterprise level, the health of Air Force Logistics processes. These efforts are performed in conjuction with numerous evaluations of current stockage levels across the Air Force to reduce aircraft downtime and drive readiness. Specific studies/tasks that are currently in work (and not completed from previous contract) by LMI are: - AF Retention Policy - Requisitioning Objective Holes Compared to Backorders - Non-Optimized Formula for Wheels and Tires - Non-Optimzed Formula for Gun Parts - RBL Problem Item Analysis - EXPRESS Constraints - Inventory Control Part II (Develop a strategy) - Determine Impact of more accurate flying hour prediction - AF Logistics Working Groups - Measuring the Impact of Reduced Order and Ship Time on AF Requirements and Base Levels These tasks are a follow-on to contract # FA3300-08-C-0005. The quality and timeliness of AFLMA support is critical to ensuring the accuracy and effectiveness of Air Force peacetime and contingency inventory requirements and support. AFLMA estimates the price to complete the above task to be at or about $XXXXXX. 2. Authority and Applicability of Authority: In accordance with Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2)(iii)(A), for DOD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for continued provisions of highly specialized services when it is likely that award to any other source would result in "substantial duplication of cost to the Government that is not expected to be recovered through competition". LMI is the only one that can finish these projects because they have completed at least 75% of the work associated with them and it would not be beneficial to the Government to bring someone new on the job. No other contractor would have the technical and cooperative knowledge to perform the tasks above without substantial duplication of effort and time. Logistics Management Institute (LMI), is the only company capable of satisfying this requirement. The time estimated to recompete would be 3 months. The estimated learning curve time for another contractor to reach the current knowledge level of LMI is approximately 12 months. The re-competition time and learning curve delays would result in a day for day slip in AFLMA meeting its requirements and the delivery of much needed capabilities to the Air Force. The follow-on contract length is less than one year with an expected award in May 2010 for the purpose of completing the present AFLMA task. Future AFLMA contract requirements will be competed when feasible. 3. Justification that source is the only known source: LMI has over 30 years of academic research experience in the Supply (Inventory Management) career field. LMI is the only known source with the required intellectual credentials, years of experience, and current expertise in the Air Force Supply (Inventory Management) field needed to meet the mission requirements of AFLMA. LMI's possesses astute academic research and high level functional leadership not easily found. There is no current government employee of AFLMA that can step in and do the high level of work that LMI does. Market research dictates that in order to fulfill this need, AFLMA would have to hire more than one position to achieve success. This is something that is neither advantageous to AFLMA nor necessary. No other consultant would provide the same benefit to AFLMA's mission. The Contracting Officer will make a determination that the final negotiated costs are fair and reasonable before contract award based on historical data and a review of the rates proposed to determine that the rates remain fair and reasonable for the logical follow-on. 4. Actions taken to preclude future sole source acquisitions: This information is true and correct to the best of my knowledge. No action can be taken to preclude future sole source acquisitions under the current conditions. Upon a change in the AFLMA mission requirements, another contractor may be able to fulfill this requirement negating the need for future sole source. //ORIGINAL SIGNED// KENNETH J. TIMKO, Lt Col, USAF Date Deputy Director, Air Force Logistics Management Agency Approved: //ORIGINAL SIGNED// RAYMOND MCCAIN Date Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/FA330010T0022/listing.html)
- Place of Performance
- Address: AFLMA, 501 Ward Street, Maxwell AFB, Alabama, 36114-3236, United States
- Zip Code: 36114-3236
- Zip Code: 36114-3236
- Record
- SN02152309-W 20100520/100518234636-490ad1644f1688384f835333dc07b952 (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 |