SOLICITATION NOTICE
A -- Military GPS User Equipment (MGUE) - Rockwell
- Notice Date
- 10/10/2012
- 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 Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- FA8807-11-R-0004
- Archive Date
- 11/16/2012
- Point of Contact
- Rajib Basu, Phone: 3106533109
- E-Mail Address
-
rajib.basu@losangeles.af.mil
(rajib.basu@losangeles.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA8807-12-C-0013
- Award Date
- 9/28/2012
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 10 U.S.C. § 2304(c)(1), FAR 6.302-1(a)(2)(ii) I. CONTRACTING ACTIVITY Contract: FA8807-11-R-0004 Contractor: Rockwell Collins, Inc. 400 Collins Rd NE, Cedar Rapids, IA 52498 Acquisition Office: Space and Missile Systems Center Contracting Office Location: SMC/GPK 483 N. Aviation Blvd El Segundo, CA 90245 Authority: 10 U.S.C. § 2304(c)(1), as implemented by FAR 6.302- 1(a)(2)(ii) Incumbent Contract: FA8807-06-C-0001 Contracting Officer: JAMES H. GILL DSN: 633-1789 Contract Negotiator: RAJIB BASU DSN: 633-3109 Contract Negotiator (Alternate): JACOB RUYTENBEEK DSN: 633-2745 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED This individual Justification and Approval (J&A) is for the authority to award a sole source Cost-Plus-Incentive Fee (CPIF) contract to Rockwell Collins. The authority for this action is 10 § U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1(a)(2)(ii)(A), Only One Responsible Source and Not Other Supplies or Services Will Satisfy Agency Requirements due to substantial duplication of cost to the Government that is not expected to be recovered through competition. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The proposed contract will require Rockwell Collins to perform requirements analysis, design and development of MGUE receiver cards - i.e., Common Global Positioning System (GPS) Module (CGM), Ground-Based (GB) GPS Receiver Module Military Code (GB-GRAM-M), Standard Electronic Module (SEM) based GRAM-S/M for aviation, Peripheral Component Interconnect (PCI) Mezzanine Card (PMC) for maritime applications - encompassing Application Specific Integrated Circuit (ASIC) technology to support the four domains identified in the MGUE Capabilities Development Document (CDD) through Preliminary Design Review (PDR). This contract will apply the technologies Rockwell Collins developed under the Modernized User Equipment (MUE) contract toward design and development of a CGM and its integration into the GB-GRAM (Type II), GRAM S/M and PMC receiver cards. In addition to the new military M-Code signal, the CGM will enclose secure functions required to support user-applicable new GPS Information Assurance (IA) requirements defined in the GPS III CDD and MGUE CDD. This contract will not require the delivery of any cards; rather, it will require the delivery of technical data (e.g., PDR data package, CGM Interface Control Document for the interface between the CGM and its host receiver card, CGM/receiver card specifications, test plans, test procedures, test reports, documentation necessary to enable integration of CGMs into a wide range of application, special studies), computer software (e.g., Beta version of CGM software toolkit) and cost/schedule/financial data via Contract Data Requirements Lists (CDRLs). It will be funded with 3600 appropriations. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION This request is made pursuant to the authority of 10 U.S.C. § 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii) 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 (APPLICABILITY OF AUTHORITY In accordance with FAR 6.302-1(a)(ii)(A), full and open competition is not required 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. The GPS Directorate has determined that the supplies described in Section III are only available from the source listed in Section II and from two other MUE contractors, because it is likely that award to any other sources would result in substantial duplication of cost to the Air Force that is not expected to be recovered through competition. GPS, an ACAT ID program administered by the GPS Directorate, is a navigational radio positioning, time transfer, and Nuclear Detonation (NUDET) Detection System consisting of three segments: Space Segment, Control Segment, and User Equipment Segment. The radio positioning and time transfer provides a signal environment, which enables GPS users to precisely determine three-dimensional position, velocity, and system time. The NUDET Detection System (NDS) provides the capability of near real-time detection, location, identification and characterization of worldwide nuclear events. The Space Segment consists of the GPS satellite constellation with its associated ground equipment. The operational constellation includes Blocks II, IIA, IIR, IIR-M satellites, and will include III satellites. The Control Segment provides on-orbit operational control of the satellite constellation. That segment consists of the Operational Control System (OCS), Architecture Evolution Plan and Launch, Early Orbit, Anomaly Resolution and Disposal Operations capability, which will be replaced with the Next-Generation GPS Ground Segment (OCX). The User Equipment Segment consists of various handheld, shipborne and airborne platform receivers (e.g., Defense Advanced GPS Receiver, Miniaturized Airborne GPS Receiver 2000) and prototype receivers in various stages of development (i.e., MUE, MGUE). As mandated by 10 U.S.C. § 2281, the GPS Directorate's number one priority is to sustain GPS capabilities for military and civil users worldwide. To achieve this objective requires that the GPS Directorate maintain a constellation of satellites, an intricate and complex ground infrastructure to command and control those satellites, and thousands of fielded GPS receivers to enable military and civilian customers around the globe receiving signals transmitted by GPS satellites to carry out their missions each and every day. Modernization of the constellation with new signals and capabilities involves properly synchronizing changes to the Space, Control and User Equipment Segments, as well as the development of the next generation of GPS satellites. Current efforts are underway to develop a new generation of satellites with multiple blocks (GPS III), a new net-centric ground control segment (OCX), and a full spectrum of new modernized receivers (MGUE) which is itself a separate ACAT ID program. Recently Congress mandated that no appropriations provided to DoD may be obligated or expended to procure GPS user equipment after 30 September 2017 unless (1) the equipment is capable of receiving M-Code from the GPS or (2) the Secretary of Defense determines that suitable user equipment capable of receiving M-Code from the GPS is unavailable or DoD does not require that user equipment be capable of receiving M-Code from the GPS. (Pub.L. No. 111-383 § 913). The GPS Directorate competitively awarded a Cost-Plus-Award-Fee (CPAF) MUE contract to Rockwell Collins (Contract FA8807-06-C-0001) on 26 May 2006 and that contract will expire on 26 July 2013. During its performance of that contract, Rockwell Collins had to design, develop, fabricate and document two types of Y-code, M-code and CA-code receiver cards and their required internal support components based on the GPS Receiver Applications Module SEM-E/Modernized (GRAM-S/M) and Ground -based GPS Receiver Applications Module - Modernized Small Serial Interface (GB-GRAM-M-SSI). Rockwell Collins' receiver cards demonstrated the ability to receive and process the MUE signal as well as validate the Protection of Navigation security architecture. Accordingly, the proposed contract will be a follow-on acquisition for the continued development of a major system. As a result of its performance of its MUE contract, Rockwell Collins possesses extensive experience developing prototype modernized GPS user equipment featuring M-Code, encryption/ decryption, Selective Availability Anti-Spoof (AS) capability and Anti-Tamper (AT) protection. Rockwell Collins has a subcontract with IBM, which is a trusted foundry. IBM's proposed role regarding the MGUE acquisition is to produce ASICs, which are then integrated into the receiver cards by Rockwell Collins. Utilizing IBM as a trusted foundry is a requirement of the proposed contract. Since the integration of Y-Code, M-Code and CA-Code onto an ASIC has never been done by any firm other than those firms that have performed on MUE contracts, Rockwell Collins is part of a limited group within the industrial base that has personnel who possess knowledge and familiarity with the technology that will be developed. The GPS Directorate believes that award to any sources other than L3, Raytheon and Rockwell Collins would result in substantial duplication of cost to the Air Force that is not expected to be recovered through competition. Since 2006, the GPS Directorate has expended over $131M for Rockwell Collins to mature the technologies needed to successfully deliver the supplies described in Section III above. Any other source would have to expend at least the amount expended by Rockwell Collins to be in a position to provide those supplies to the Air Force, to which would have to be added the cost needed to further mature those technologies through PDR (i.e., $31M). Accordingly, Rockwell Collins is one of a limited number of firms capable of providing the supplies described in Section III above without the Air Force experiencing substantial duplication of cost that could not be expected to be recovered through competition. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE In July 2010, the GPS Directorate issued a Sources Sought Synopsis for the supplies described in Section III with a posting through the Government Point of Entry (www.fbo.gov) under Solicitation Number FA8807-10-R-0002. The GPS Directorate received four responses to its request for Statements of Capability (SOC) before the Sources Sought Synopsis response period closed from L3, Raytheon, Rockwell Collins and Mayflower. The GPS Directorate determined that L3's, Raytheon's and Rockwell Collins' SOCs were acceptable but that Mayflower's SOC was deficient. To successfully deliver the supplies described in Section III, MGUE contractors must (1) satisfy Special Access Program (SAP) requirements (which include possessing a familiarity with SAP requirements and a SAP facility) and (2) the ability to produce ASICs capable of receiving Y-Code, M-Code and CA-Code within size/weight/power constraints. It took L3, Raytheon and Rockwell Collins two to three years to acquire that expertise and those SAP-cleared facilities. The GPS Directorate notified Mayflower that its SOC was determined to be deficient since Mayflower lacks SAP clearance, a lengthy process, and has no experience developing an ASIC that can handle Y-Code, M-Code and CA-Code, a new technology. Mayflower provided no response back to the GPS Directorate. Additionally, a pre-solicitation notice was issued on 19 Jan 2012 stating the Government's intent to award a sole source contract to Rockwell Collins as one of only three responsible sources that has the necessary knowledge of GPS' next generation user equipment card technology. There was no response to notice. Given the extensive market research by the Air Force over the past 4 years has not yielded contractors outside of the 3 MUE incumbents who have demonstrated the ability to perform under MGUE, award to others would result in large duplicative costs to the Air Force. This substantiates the government's position that only one responsible sources is capable of performing the work in accordance with FAR 6.302-1(a)(2)(ii)(A). VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE Based upon (1) historic cost information currently available under the existing MUE Rockwell contract FA8807-06-C-0001, (2) certified cost and pricing data that Rockwell Collins will be required to provide, (3) Defense Contract Audit Agency (DCAA) audit reports, (4) Defense Contract Management Agency (DCMA) recommendations, and (5) technical evaluations performed by the GPS Directorate, the Contracting Officer anticipates that the prices for these supplies will be fair and reasonable. To evaluate and determine whether the proposed prices are fair and reasonable, Rockwell Collins will be required to provide Basis of Estimate (BOE) with supporting hours, labor mix and rates and factors. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED As described in Section VI above, market research, in accordance with FAR Part 10, was conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition, and soliciting inquiries from interested parties. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION None. 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 OR SERVICES REQUIRED After Rockwell Collins has successfully completed PDR and the Milestone Decision Authority (MDA) has authorized the MGUE program to enter Milestone B, if authorized by the MDA, the GPS Directorate will conduct a full and open competition. This approach will result in the award of two contracts to commence Engineering Manufacturing and Development (EMD) through Low Rate Initial Production (LRIP) of MGUE receiver cards so as to meet the statutory deadline to field M-Code capable receivers not later than 30 September 2017 as described in Section V above. The technical data and computer software - and associated rights to that technical data and computer software - which Rockwell Collins will deliver to the Government under the proposed contract, will permit other contractors to manufacture CGMs at their own expense, thereby permitting CGMs to be used in more platforms than the GB-GRAM-M and GRAM-S/M prototypes delivered under the MUE contracts. In short, the CGM will become the GPS engine for a new modernized GPS handheld receiver, as well as being easily adapted for integration into other applications beyond the lead platforms identified in the MGUE Capability Development Document (CDD). 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 (FAR 6.303-2(a)(12)). 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 (FAR 6.303-2(b)).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA8807-11-R-0004/listing.html)
- Place of Performance
- Address: Rockwell Collins, Inc., 400 Collins Rd NE, Cedar Rapids, Iowa, 52498, United States
- Zip Code: 52498
- Record
- SN02911548-W 20121012/121010234442-50ed7f8239c7e3b126260887ecb9e3bf (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 |