Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2015 FBO #4964
SOLICITATION NOTICE

31 -- SUPPLIES

Notice Date
6/25/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4A6-15-Q-2581
 
Point of Contact
Carroll D. Marshall, Phone: 8042792286
 
E-Mail Address
carroll.marshall@dla.mil
(carroll.marshall@dla.mil)
 
Small Business Set-Aside
N/A
 
Award Number
SPE4A6-15-M-A588
 
Award Date
6/10/2015
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. Agency: _DLA AVIATION _________, Contracting Activity: _FAVA_, and Document Identification Number: SPE4A6-T-Q-2581. 2. The action being approved is the acquisition of supplies/services on other than full and open competition basis. 3. The supplies/services required to meet the using activity's needs are described as follows: BRIEF DESCRIPTION NSN/PN QUANTITY ESTIMATED VALUE BEARING,BALL,DUPLEX 3110-00-858-2659 87.000 604360.29 *If too numerous, attach list ofNSNs and AMSC codes This acquisition: [ x ] will not include an option. [ ] will include a_% option for increased quantity. Total estimated dollar value of option quantity is $ ___ _ [ ] will include an option to extend the term of the contract for a period of ----exercisable in increments of ______. Total estimated dollar value of all option periods is $. The maximum dollar value of all option periods is $ ------ The total estimated dollar value of this acquisition (inclusive of any option) is $ ______ _ The maximum dollar value of this acquisition (inclusive of any option) is$ ________ _ 4. The statutory authority permitting other than full and open competition is: [ x ] 10 U.S.C. 2304( c)(l) - Available from only one or a limited number of sources. [ ] 10 U.S.C.2304(c)(2)- Unusual and Compelling Urgency. a. Delivery in Days: ________ _ b. Current IPG!s in Units: ------- c. Projected IPG!s in Units: ______ _ d. Brief narrative supporting the situation and weapon system. [ ] 10 U.S.C. 2304(c) -__________ _ 5. The acquisition is restricted to the only source(s) of supply known to have the capability of furnishing the required supplies/services. Source(s) are: (Include CAGE code) _________________ _ The use of the authority cited in other than 10 U.S.C. 2304(c)(2) above is based on: (please select the appropriate AMC/ AMSC for the NIINs being procured). [ x ] AMC 1. Suitable for competitive acquisition for the second or subsequent time. [ ] AMC 2. Suitable for competitive acquisition for the first time. [ ] AMC 3. Acquire, for the second or subsequent time, directly from the manufacturer. [ ] AMC 4. Acquire, for the first time, directly from the manufacturer. [ ] AMC 5. Acquire directly from the sole source contractor, who is not the manufacturer DLA A VIA TI ON FORM P-53 FEB 201 l FOR OFFICIAL USE ONLY [ ] AMSC A. The Government's right to use data in its possession is questionable. This code is under revi"w and will be updated when the review is complete. [ ] AMSC B. This must be acquired from a manufacturing source(s) specified on source control drawing. [ ] AMSC C. This pati required engineering source approval by the design control activity in order to maintain the quality of the part. [ ]AMSC D. The data needed to acquire this pati is not economically available. [ ] AMSC H. The Government does not have sufficient accurate, or legible data to purchase this part from other than the current source. This code is under review and will be updated when the review is complete. [ ] AMSC K. This part must be produced from class 1 castings under MIL-STD-2175. [ ] AMSC L. The annual buy value of this part falls below the screening threshold established by DoD. [ ] AMSC M. Manufacture of this pati requires use of master or coordinated tooling. [ ] AMSC N. Manufacturer of this part requires special test and/or inspection facilities to maintain function or system integrity. [ x ] AMSC P. The rights to use the data needed to purchase this pati from additional source( s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. [ ] AMSC Q. The Government does not have adequate data, lacks rights to data, or both. It is not economical to buy the data or rights to the data. [ ] AMSC R. The Government does not own the data or rights to the data needed to purchase this part from another source. It is not economical to procure the data or rights to the data. [ ] AMSC S. Acquisition of this item is restricted to Government approved source(s) because the item involves military sensitive technology. [ ] AMSC U. The cost to the Government to breakout this part and acquire it competitively has been detennined to exceed the projected savings over the life span of the pati. [ ] AMSC V. This pati has been designated a high reliability part. Probability of failure would be unacceptable. The engineering activity has detennined that data to define and control reliability limits cannot be obtained. [ ] AMSC Y. The design of this pati is unstable. Engineering, manufacturing, or performance characteristics indicate that the required design objectives have not been achieved. [ ] AMSC Z. This part is a commercial/no-developmental/off-the-shelf item. [ ] The requisitioner has assigned a priority designator within Issue Priority Group (!PG) I. [ ] The requisitioner has also cited an expedited handling signal of999, N _,or E_ or an Office of the Secretary of Defense/Joint Chief of Staff project code beginning with a "9". [ ] Procurement from a specified source or agency is authorized by statute (list statute). [ ] Other ______________________________ _ 6. Efforts to ensure that offers are solicited from as many sources as practicable are: [ x ] The acquisition will be synopsized on or about 04/29/15 and any firm requesting a solicitation copy will be provided one. [ ] Manufacturers of similai· products identified in the market survey will be solicited. [ ] Dealers of the manufacturers will be solicited. [ ] A synopsis exception cited in FAR 5.202 applies (Explain): [ ] Other (Explain): 7. I hereby determine that the anticipated cost to the Government will be fair and reasonable. Discuss relevant pricing issues, including tlte basis for determining tltat tlte anticipated price/cost will be fair and reasonable. Also include ft ere, or elsewltere as appropriate, le11gtlt of contract, quantity, and otlter contract prtrticulars bearing 011 tlte price/cost. DLA A VIA TI ON FORM P-53 FEB 20! l FOR OFFICIAL USE ONLY 8. A market survey as defined by FAR 10 [ x ] was conducted, and firms indicating an interest in the acquisition will be solicited. Market research efforts include: [ ] was not conducted due to the unusual and compelling urgency of the requirement. [ ] was not conducted due to: 9. Additional facts supporting other than full and open competition are: [ ] Based upon the technical certification on file, technical data is not available and cannot be developed to permit full and open competition. The data presently available reflects the minimum needs of the Government. [ ] As stated in the attached ce1iification by the requiring activity, the Military Services will be seriously injured if contract award is delayed. The extent and nature of harm are detailed in the attached certification. [ ] When FAR 6.302-1 is cited for follow-on acquisitions as described in 6.302-l(a)(2)(ii), an estimate of the cost to the Government that would be duplicated and how the estimate was derived. [ x ] Other: The items have been determined commercial (see attached memorandum for the record dated 04/23/15, but the ESA will not assign a AMSC code "Z" because of the quality control associated with the NSN's. Items to be purchased under commercial procedures with a AMSC code of"B" "C". FAR 13.5 procedures. 10. A listing of sources, if any, indicating an interest in writing in the acquisition are (if none, so state): 11. The actions being taken to overcome barriers to competition before any subsequent acquisitions are made are (if none, so state and explain why not). APPROVAL APPROVAL LEVELS OF THE JUSTIFICATION - FAR 6.304 [ x ] not exceeding $650,000 Contracting Officer [ ] over $650,000 to $12,500,000 Competition Advocate TECHNICAL/REQUIREMENTS PERSONNEL CERTIFICATION - FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification are complete and accurate. Technical Cognizance: (Requirements originator) --- ------------- --- --------- --------Signature not required ------ -------- -- --------- -- --- -------- - Name and Title Signature Phone Date DLA A VIA TI ON FORM P-53 FEB 2011 FOR OFFICIAL USE ONLY CONTRACTING OFFICER I hereby certify that the i11for111atio11 contained in this justification is accurate and complete to tlte best of my knowledge and belief. If not exceeding $650,000, tit is signature serves as tlte approval. x~ Contracting Officer C012rz-o1\ Name Phone COMPETITION ADVOCATE I have reviewed and approve this Justification $650,000 to $12,500,000. x Corrpetltlon Advocate Name Phone DLA A VIA TI ON FORM P-53 FEB 2011 FOR OFFICIAL USE ONLY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91a06acbda4f697a2040cb77c2d21329)
 
Record
SN03776437-W 20150627/150625235613-91a06acbda4f697a2040cb77c2d21329 (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.