Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2012 FBO #4033
SOLICITATION NOTICE

C -- This justification and approval authorizes and approves on a sole source basis a Cost Plus Fixed Fee bridge contract to existing task order M802 under contract N00178-04-D-4016. This contract will allow for the continuity of critical support for test plan

Notice Date
12/7/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-12-R-0050
 
Archive Date
12/30/2012
 
Point of Contact
Steven M Williams, Phone: (301) 757-7042, Colleen G. Coombs, Phone: (301) 757-9718
 
E-Mail Address
steven.m.williams2@navy.mil, colleen.combs@navy.mil
(steven.m.williams2@navy.mil, colleen.combs@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N00421-13-C-0008
 
Award Date
11/30/2012
 
Description
JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Patuxent River, MD 2. Description of the Action Being Approved. This justification and approval authorizes and approves on a sole source basis a Cost Plus Fixed Fee bridge contract to existing task order M802 under contract N00178-04-D-4016. This contract will allow for the continuity of critical support for test planning, test execution, data analysis and reporting in support of the sensor systems area of the Mission Systems Test and Evaluation Division (5.1.2). 3. Description of Supplies/Services. The purpose of this bridge it to provide up to an additional 12 months of continued support for engineering and testing of the sensor systems of multiple aircraft including aircraft weapon systems. This 12 month period will consist of a base period of six (6) months, with three (3), two (2) month option periods for a total period of performance from 15 November 2012 to 14 November 2013. See Appendix A for Estimated Dollar Value 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Rationale Justifying Use of Cited Statutory Authority. The existing contract/task order for engineering and testing of sensor systems for the Mission Systems Test and Evaluation Division (5.1.2) of the Naval Air Warfare Center (NAWC) for the Naval Air Systems Command (NAVAIRSYSCOM) at Patuxent River, MD was competitively awarded to ARINC Engineering Services, LLC, under Seaport-e contract N00178-04-D-4016-M802. The incumbent, ARINC, has successfully provided a full range of engineering and technical support services under the current contract for the past 5 years. Performance by ARINC during this twelve month bridge will be seamless and without delay. Subsequently, ARINC is the only company capable of supplying the short term support within the timeframe allotted. ARINC has the available resources in place and is ready to potentially continue program execution through 14 November 2013, which will also allow sufficient time for a reasonable transition period, if necessary. Additionally, awarding a bridge contract to other than the incumbent would result in an excessive delay and perhaps a loss of continuity in services. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. A synopsis for the proposed contract was posted to the FEDBIZOPS website on 17 July 2012 and closed on 31 July 2012. Only ARINC expressed an interest in this requirement. However, market research conducted within the Seaport-e environment for the follow-on effort determined there are multiple vendors capable of providing the required services and they will have the opportunity to compete for the follow-on task order on a full and open basis. Awarding this limited-time extension to allow a complete and vigorous competition is in the best interest of both the Navy and industry and promotes the maximum fair competition opportunity for the long-term contract. 7. Determination of Fair and Reasonable Cost. In accordance with FAR 15.402, the Contracting Officer shall ensure that all supplies and services provided under this bridge contract are procured at a fair and reasonable price. The Contractor will submit a formal price proposal with certified cost or pricing data and sufficient information to support the accuracy and reliability of the estimate. After receipt, the proposal from ARINC will be reviewed by experienced technical analysts, cost analysts and contract specialists with the aid of necessary field pricing support. The Contracting Officer will utilize cost and price analysis as the basis for negotiating a fair and reasonable price. 8. Actions to Remove Barriers to Future Competition. The PCO is not aware of any barriers to future competition. The follow-on requirement is currently being competed and is anticipated to be awarded in the 3rd Quarter of FY13. This sole source bridge contract will provide coverage from the end of the current Seaport-e task order N00178-04-D-4016-M802 to the award date of the follow-on procurement. This extension will promote the maximum competitive opportunity for industry to complete teaming and subcontracting arrangements, providing a best value solution to the Navy while preventing a lapse of the critical simulator support services required by the Mission Systems Test and Evaluation Division.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-12-R-0050/listing.html)
 
Place of Performance
Address: Naval Air Warfare Center AD-Pax Annex 1, Code 2.5.1.12, 21983 Bundy Road, Bldg 441, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02944886-W 20121209/121207234230-eab95f6f55e311fda6a77f9c19970465 (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.