Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
SOLICITATION NOTICE

59 -- Redacted J&A

Notice Date
2/14/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Archive Date
3/30/2012
 
Point of Contact
Janet Orozco, Phone: 4789267161
 
E-Mail Address
janet.orozco@robins.af.mil
(janet.orozco@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8539-12-D-0001
 
Award Date
1/24/2012
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY This Justification and Approval to request authority for Other Than Full and Open Competition supports requirements generated for the Air Force Global Logistics Support Center (AFGLSC), 638 Supply Chain Management Group (SCMG), 407 Supply Chain Management Squadron (SCMS) / GULB. The contracting authority for this requirement is 638 SCMG/PKBA. The purchase request number supporting this contracting action is FD2060-11-30116. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED Due to the circumstances described herein, the activity requests authority to acquire the repair listed in this document using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a new contract, which will be a cost-plus fixed fee, ID/IQ contract with a basic year plus four one-year ordering/option periods in which additional quantities may be ordered. This sole source requirement will be purchased from the following company: Lockheed Martin Systems Integration 1801 State Road 17C Owego NY13827-3998 CAGE: 03640 Large Business III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS Under the contemplated repair contract, the Lockheed Martin company will provide d epot level repair and testing of National Stock Numbers identified in Attachment 1 w hich are required to support the E-3B/C AWACS aircraft in sustainment of the AN/AYC-12 Mission Computer. Total estimated cost of this acquisition, including all quantities, options, and maximum value: $3,759,372. This estimate is based on repair of like items on contract F09603-03-D-0097 and current requirements. Contract depot repair services are required for the items listed in Attachment 1. Delivery dates are ninety days after induction of the item for repair. MSD 3400 funding will be used for this repair service. The RMC/RMSC for each item listed is R3R. (R3R - Repair, for the second or subsequent time, directly from the actual manufacturer. The Government does not own the data or the rights to the data needed to contract repair of this part from additional sources. It is uneconomical to reverse engineer the part. The code is used when the Government did not initially purchase the data and /or rights.) IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 USC 2304(c) (1), as implemented by FAR 6.302 -1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE The agency's minimum needs can only be satisfied by the unique supplies or services available from only the above cited source, who possesses unique capabilities demonstrated as follows: Lockheed Martin Systems Integration Systems designed and built the CC-2E computer systems and is the only source known to possess the applicable drawings/special test equipment for the repair of this item. Lockheed Martin Systems Integration is the current repair contractor. The CC-2E was designed to incorporate all aspects of the E-3 airborne command and control aircraft-flying mission, with a particular emphasis on survivability in a hostile environment i.e. ESM, EW, EMP, nuclear air blast and thermal radiation. The parts currently being used for this system are designed and tested for this particular application which precludes identification of any commercial or non-developmental items that will meet or be modified to meet the Government's needs. This system was never provisioned nor was technical data procured. Lockheed Martin Systems Integration provided an estimated cost (Jan 02) to set up an organic depot capability on a like system for Japan's AWACS. The cost to set up a depot capability (hardware, software, training, and electrical components) was $16.8M (in 2002 dollars). The ROI to set up an organic depot could not be amortized over the expected remaining life of the system. Block 40/45 modification/upgrade to the E-3 AWACS starting in Nov 2010, is replacing the CC-2E hardware in the E-3 fleet. Completion date for the modification of the E-3 fleet is scheduled for CY 2018. It would not be cost effective to set up an organic capability for a system that has reached the end of its useful life and is scheduled for replacement. Therefore, this acquisition will be a new contract for continued repair sustainment of the AN/AYC-12 Mission Computing System. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE This requirement will be synopsized on the Federal Business Opportunities (FedBizOpps) web page as required by FAR 5.201. It is anticipated that sources having an interest in subcontracting may be identified through synopsis. Although the Government does not own data to support the acquisition of repair services of this AYC-12 Mission Computing System from any other source, any source who responds to the Government as a result of this synopsis will be identified to the prime contractor as a potential for subcontracting possibilities. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The overall cost of this acquisition will be fair and reasonable to the Government. In accordance with FAR 15.403-4, the contractor will be required to provide certified cost and pricing data to be used in supporting the Government's evaluation of the proposed cost. The proposed skill mix of labor, labor hours, types and quantities of material, other direct costs, and direct and indirect rates will be negotiated by the Government based on recommendations from the Defense Contract Audit Agency (DCAA) and expert technical personnel supporting the program. The contract price will be negotiated in accordance with the procedures in FAR Part 15 ensuring the ultimate cost to the Government is fair and reasonable. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market Research was conducted in accordance with FAR Part 10.001 and 10.002. The CC2E was developed originally by IBM until the business was taken over by Lockheed Martin. Lockheed Martin has since been the only source of repair. There have been no applicable changes in the market place with regards to suppliers, trends, or technologies. This contract is for repair and therefore the CC-2E should meet form, fit, function, and interface (F3I) requirements. The CC-2E is military unique and only for use on the E-3 AN/AYQ-12 weapon system. Market research has identified one capable source. Lockheed Martin is the only source of repair with the technical data, facilities, and expertise to repair these assets. The Government has no technical data for the repair of these assets. The Repair Method Code (RMC) and Repair Method Suffix Code (RMSC) support these arguments: •· RMC - R3 - Repair, for the second or subsequent time, directly from the actual manufacturer. •· RMSC - C - This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique engineering skills, and repair knowledge by the qualified source(s) require repair of the part by the approved source(s). The approved source(s) retain repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify IAW the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The CC-2E's requirements are military unique and only used on the E-3 AN/AYQ-12. There are no industry standards, regulations, etc. that apply to this situation because the CC2E is used only on the E-3 and is not a commercial item. There are no small business opportunities available in support of this effort because the Government does not have the technical data required and existing unique engineering skills and repair knowledge require repair of the part by an approved source. The completed asset should meet military standards, pass any and all inspection and acceptance processes, and meet form, fit, function, and interface (F3I) requirements. JEDMICS and PDM Gateway were searched using P/Ns to determine what drawings and data are available. IHS Haystack and the internet search engine Google were searched using P/Ns for background information and to determine current and past sources. ThomasNet and Central Contractor Registration (CCR) were searched to obtain company information. The is one source capable of completing this repair effort because the Government does not have the technical data required to repair these assets and existing unique engineering skills and repair knowledge require repair of the part by an approved source. Recommend procurement through the source identified in this report. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION The E-3 CC-2E Mission Computer has been contract repair to Lockheed Martin for over twenty-nine years. Annual repair requirements for many of the sub-system components have been for very low quantities. The E-3 maintenance concept has changed to remove the organizational repair shop at base level and have the aircraft maintainer remove the CC-2E Line Replaceable Units (LRU) and replace them with serviceable units from supply. Future repair requirements are expected to be low quantities. The E-3 aircraft fleet will undergo a major aircraft modification beginning in Nov 2010 that will replace the CC-2E mission computer. The assets that will be removed during the E-3 Block 40/45 upgrade will be harvested, service checked for operational capability, and returned to supply as serviceable units, precluding a repair action to satisfy backorder needs. The JDMAG decision is for this hardware to remain contract repair. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION See Section VI above. XI. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING SUBSEQUENT ACQUISITIONS FOR THE SUPPLIES No action to remove competitive barriers is being initiated because future repair requirements will decline due to assets harvested from the aircraft upgrade program and returned to supply for reuse. It would not be cost effective to procure data for repair of an item that is near the end of its supportable life. XII. CONTRACTING OFFICER'S CERTIFICATION The contracting officer's signature on the Coordination and Approval Document evidences that he/she has determined this document to be both accurate and complete to the best of his/her knowledge and belief. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by their signatures on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete. NSN List NSN Part Number Basic Qty Opt I Qty Opt II Qty Opt III Qty Opt IV Qty 5998-01-141-9001CX 6379284-9 1 1 1 1 1 5998-01-040-0013CX 6379284-7 5998-01-039-0994CX 6379284-8 5998-01-142-0932CX 6379283-12 3 3 3 3 3 5998-01-021-2994CX 6379283-8 5998-01-089-3389CX 6379283-11 5998-01-304-7661CX 6237700-1, -2 5 2 1 1 1 5998-01-322-1908CX 6237231-100, -101 5 4 4 4 4 5998-01-322-1909CX 6237234-100, -101, -103 2 2 1 1 1 5998-01-323-8300CX 6237910-100, -101, -103 2 1 1 1 1 5998-01-417-2879CX 6237227 -103, -104 1 1 1 1 1 5998-01-484-5584CX 6237912-102, -103 5998-01-323-8302CX 6237912-100, -101 1 1 1 1 1 6130-01-416-7178CX 6237655-2 5 2 2 2 2 6130-01-089-1889CX 6237655-1 6130-01-006-2588CX 6379620-4 6130-01-045-0519CX 6379661-2 6130-01-417-4425CX 6237665-1, -2 13 6 4 2 2 6605-01-320-7450CX 6237790-1 6 4 2 2 2 7025-01-416-3981CX 6237220-101 16 8 6 4 2 7035-01-320-7452 6237900-100 14 4 4 4 4 7035-01-323-8262CX 6379260-100 5 4 2 2 2 5998-01-125-1603CX 6237149-11, -10, -9 1 1 1 1 1 5998-01-126-1996CX 6237147-11, -12, -13, -14, -9, -10 1 1 1 1 1 Bondroom 1 Lot 1 Lot 1 Lot 1 Lot 1 Lot Maintenance/Fees(if applicable) 1 Lot 1 Lot 1 Lot 1 Lot 1 Lot IUID Labeling 1 Lot Total Over 5 Years
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0db97604f8357ffba41a8833f3389692)
 
Place of Performance
Address: 1801 State RT 17C, Owego, New York, 13827-3900, United States
Zip Code: 13827-3900
 
Record
SN02674888-W 20120216/120214235405-0db97604f8357ffba41a8833f3389692 (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.