SOLICITATION NOTICE
J -- Emergency Switchgear Service - Sole Source Letter
- Notice Date
- 7/18/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3ZT894153A001
- Archive Date
- 9/21/2014
- Point of Contact
- Nathaniel P. Scheer, Phone: 7074247753, Robin D. Boyd, Phone: 7074247793
- E-Mail Address
-
nathaniel.scheer@us.af.mil, robin.boyd@us.af.mil
(nathaniel.scheer@us.af.mil, robin.boyd@us.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA4427-14-P-0152
- Award Date
- 8/22/2014
- Description
- Sole Source Letter JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I.CONTRACTING ACTIVITY: Department of the Air Force, 60th Contracting Squadron, 350 Hangar Ave, Travis AFB, CA 94535-2632. PR # F3ZT984153A001 II.REQUIRING ACTIVITY: The action will be to award a contract to provide emergency paralleling switchgear service for OL-A DET 1 AFCEC/COMT (CEMIRT), 730 E Street (B-1205), Travis AFB CA 94535-2405 III.NATURE AND/OR DESCRIPTION OF ACTION BEING PROCESSED The purpose of this contract is to modify, adapt and reprogram existing (4160-volt) Russelectric OEM emergency paralleling switchgear (e-SWGR) to operate, control and function with (6EA) six new Cummins 750-kilowatt standby generators. Contracted work shall be performed in the David Grant (U.S. Air Force Regional) Medical Center's Central Energy Plant (CEP). Russelectric custom designed and built the e-SWGR to interface with the existing emergency power supply system located in the David Grant Medical Center, Travis Air Force base California. IV.DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS This project requires services of a Russelectric factory-certified field service engineer to assist CEMIRT technicians and the Cummins-Onan field service engineer setup, test, certify and commission (6EA) six new emergency generators after installation within the CEP. The (6EA) new Cummins emergency generators will replace (6EA) older Cummins emergency generators. Expected work shall modify settings and replace (as necessary) components, controllers, meters and wiring within the e-SWGR. V.STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPLEITION Russelectric field service employees are the only responsible source and no other suppliers or services will satisfy the agency requirements. Only one OEM brand is capable of fulfilling this requirement. This item is peculiar to Russelectric and no other company can be substituted due current warranty of existing equipment and lack of compatibility with the proprietary design of the OEM electronic sensing, signaling, synchronizing, and controlling, switching and transfer circuitry within the e-SWGR. The e-SWGR is custom designed to function with Russelectric equipment and integral programming, which is the backbone of the emergency power paralleling and transfer system. Russelectric field service employees are factory trained, certified and authorized to perform design modifications, repairs, maintenance or warranty service on the custom built OEM e-SWGR. No outside company is trained to maintain, modify or repair components within the CEP. (FAR 6.303-2(b) (7)). (a.)Russelectric does not certify, train nor authorize third-party technicians to work on their products. Russelectric factory-certified field service engineers are uniquely trained, qualified and intimately familiar with components and circuitry within the existing purpose built Russelectric emergency paralleling e-SWGR designed and installed to operate and control proprietary synchronizing and transfer actions, solid-state signal conversion components and incorporated engine control panels. The acquired skills, knowledge and expertise of the Russelectric factory-certified field service engineer shall lend to expedite installation, modification and reconfiguration of the e-SWGR to accept digitized input signals from the Cummins PowerCommand engine control panels. (b.)Russelectric factory-certified field service engineers are capable of servicing, modifying, repairing and calibrating Russelectric emergency paralleling e-SWGR to directly interface with newer Cummins PowerCommand engine control panels. Newer Cummins PowerCommand engine controllers will replace existing Cummins (legacy) engine controllers. The Russelectric factory-certified field service engineers are familiar with e-SWGR circuitry and operation of newer Cummins PowerCommand engine controls along with Supervisory Control and Data Acquisition (SCADA) circuitry which enables continuity between disparate systems via embedded LonWorks protocol network Gateway for real-time command, control and monitoring. (c.)It is imperative the Russelectric factory-certified field service engineer be hired to service the OEM Russelectric emergency paralleling e-SWGR to fully ensure the system, and that of the new Cummins emergency equipment, seamlessly integrates with (6EA) Cummins generators and PowerCommand engine control modules, ancillary equipment and associated electrical distribution and control circuitry. VI.DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE The current system designed and install by Russelectric is currently under warranty and requires Russelectric qualified and certified engineers to modify, adapt and reprogram existing system. Currently Russelectric does not certified engineers outside of their company. Therefore, there are no other companies qualified to meet the government needs. VII.DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE Cost of the new effort will be negotiated. The Contracting Officer will use previous years data to evaluate the reasonableness of our effort. VIII.DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED Market research was not performed as the Russelectric emergency paralleling e-SWGR system that is currently under warranty. Russelectric also asserts proprietary rights to the components and the unique systems programming. Members of CEMIRT's staff and DGMC engineering personnel concluded the use of the Russelectric brand name services in this acquisition to be essential to the Government's requirements. IX.ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION In accordance with FAR 6.302-1(b)(2), the manufacturer is the only authorized source to provide the hardware, supplies and services necessary to for full CERMIRT and DGMC requirements for the emergency paralleling e-SWGR system. X.A LISTING OF SOURCES, IF ANY, THAT EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION Russelectric, Inc., c/o Harold Wells Associates, 3233 Crow Canyon Road, Ste. 300, San Ramon, CA 94583 XI.A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICE REQUIRED Until the expiration of the warranty currently in effort, the Government will continue to be restricted to the manufacturer. Once the expiration of the warranty occurs, the Government will seek other companies for the hardware, supplies and services that will interface with the current CEP emergency paralleling and control equipment. 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(b)(12)). XIII.TECHNICAL/REQUIREMENTS PERSONNEL 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(c)). We hereby certify that the technical requirements and certifications are accurate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT894153A001/listing.html)
- Place of Performance
- Address: Travis AFB, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN03429836-W 20140720/140718234358-6f27ab01f80e6f67cfa541ec98f081e1 (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 |