SOLICITATION NOTICE
16 -- J&A_Redacted
- Notice Date
- 12/4/2013
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Archive Date
- 1/13/2014
- Point of Contact
- Daniel L. Wall, Phone: 4057392128
- E-Mail Address
-
daniel.wall@tinker.af.mil
(daniel.wall@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA811914C0001
- Award Date
- 11/12/2013
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION COORDINATION AND APPROVAL DOCUMENT (also known as Justification Review Document) CONTRACTING ACTIVITY: A PROGRAM/PROJECT R pair of Receiver Transmitter AUTHORITY. 10 US.C. 1), as by FAR 6.302 1 ESTIMATED CONTRACT COST: TYPE J&A: Individual Director....,,,...,..,.,S..quadron i 48 SL.pply Chain Management Group Program Manager or Requiring Official Signature Block (Name/Title/Phone Number) ure (Name/Title/Phone Number) DATE n a zo13.JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION PR Line Item 0002 Data lAW DO 1423 CORL CA V AF Reporting Total Estimated Dollars for PR Line ltem/CLIN 0002: Not Separately Priced PR Line Item 0003 Over and Above (O&A) Appropriation: Period of Performance/Ordering Period: Total Estimated Dollars for PR Line ltem/CLIN 0003: TBD PR Line Item 0004: Repair of NSN: 5841-0 I-319-1380FW Noun: Receiver Transmitter Part number: HG7170AB02 Item dimensions: 24.0000 "L x 14.0000 ''H x 14.0000''W, 22.0000 LBS Material content: Housing made from alloy material, microcircuit, rivet, assy, brackets. power coil, grounding strap. Item description/function: The radar altimeter receiver, transmitter contains all the circuitry required to generate and transmit energy via the transmit antenna, receive and process the energy returned from the surface below via the receive antenna and s the required radar. Total Estimated Dollars for PR Line ltem CLIN 0004: ' $250,000.00 IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION tO U.S.C. 2304 (c)( I), as implemented by FAR 6.302-1 (a)(2), with an application pursuant to FAR 6.302-1 (b)(2). V. DEMONSTR TlON THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITIY OF AUTHORITY) At this time, Honeywell Div. Aerospace, the original equipment manufacturer (OEM) is the only known contractor that has the proprietary data, parts, expertise, tools and test equipment necessary to repair this item to the government specifications. The applicable RMSC B. This part must be repaired by a source(s) specified on a source control or selected item drawing as defined by the current version of ASME Tl4.1 00, Engineering Drawing and Related Documentation Practices, Suitable technical data, Government data rights, or manufacturing knowledge is not available to permit repair by other sources. Although, by ASME T 14. I 00 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. If one source is available, RMCs 3, 4, or 5 are valid. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE In accordance with FAR Part 9, "Qualification Requirements" (QRs) have not been developed. In accordance with FAR 5.20 I, this requirement shall be synopsized on the Federal Business Opportunities website (FedBizOpps). VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer will ensure that the items described herein are negotiated at a fair and reasonable price to the government. Data other than cost and pricing data will be requested to ensure negotiated prices are fair and reasonable to the Government. A detailed cost analysis and a price analysis will be performed. The Contracting Officer will request a technical evaluation from the Defense Contract Management Agency (DCMA) if necessary. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED In accordance with FAR I 0.00 I (a)(2), market research, conducted has revealed that there is not a commercial process available to meet this requirement. The contractor, Honeywell Div. Aerospace, was found to be the only source available with the required data needed to fulfill the anticipated contract. Without this data, which this contractor will not provide to the government, there appears to be no potential for competition for this requirement. Data is proprietary to Honeywell Div. Aerospace. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION The government does not have "Government Purpose Rights" to the testing and repair data to provide develop other sources for repair. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION Honeywell Div. Aerospace-Minneapolis 2600 Ridgway Parkway Minneapolis, MN 55413-1719 Phone (800)601-3099 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 Due to the circumstances described in Sections V and VIII above, no further actions can be taken. XII. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on the Coordination and Approval Document that she has determined this document to be both accurate and complete to the best of 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e3a3a0b56f489c24a0b7d954fdbfc2d6)
- Place of Performance
- Address: 2600 Ridgeway Parkway, Minneapolis, Minnesota, 55413-1719, United States
- Zip Code: 55413-1719
- Zip Code: 55413-1719
- Record
- SN03245538-W 20131206/131204234438-e3a3a0b56f489c24a0b7d954fdbfc2d6 (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 |