SOLICITATION NOTICE
23 -- Polaris Tactical Snowmobile - SSJ
- Notice Date
- 9/21/2016
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Southwest Supply and Acquisition Center, 819 Taylor St Room 7A37, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- 7QSBAAB-S9-16-2430-PSNM
- Archive Date
- 10/9/2016
- Point of Contact
- Donald E. Spears, Phone: 817-850-8371
- E-Mail Address
-
donald.spears@gsa.gov
(donald.spears@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- FPNBGZ4936
- Award Date
- 9/9/2016
- Description
- Sole Source Justification for Polaris Tactical Snowmobiles. IDENTIFICATION OF THE AGENCY AND CONTRACTING ACTIVITY The requiring agency is the United Stated Army Special Forces Command (USASFC) located at Fort Bragg, NC 28319, a unit of the United States Special Operations Command (USSOCOM). The contracting activity is the General Services Administration, Global Supply, Southwest Supply Acquisition Center, 819 Taylor St. Fort Worth, TX 76102. DESCRIPTION OF THE ACTION BEING TAKEN This action is to request the approval for a Firm-Fixed Price Delivery order for Polaris 600 Switchback Snowmobiles for USASFC located at Fort Bragg, NC 28310 from Polaris Sales (GS-07F-0398M). The Polaris 600 Switchback Adventure Snowmobiles are Program of Record vehicles to be used in support of USSOCOM's global mission. This Sole Source Justification (SSJ) serves to support the sole source procurement of Polaris 600 Switchback Adventure Snowmobiles, to be shipped to USASFC 10th Special Forces Group located at Fort Carson, CO 80913. The RFQ will be submitted to Polaris Sales and the SSJ and synopsis of the procurement will be posted on FEDBIZOPS within 14 days of award IAW FAR 8.405-6(a)(2)(i)(B). DESCRIPTION OF SUPPLIES REQUIRED TO MEET AGENCY's NEEDS The customer has submitted MIPR MIPR6G047BA038 with signed Inter-Agency Agreement (IA) for the purchase of 20 snow mobiles. The estimated value of the initial procurement action is $199,980.00 based on an estimate provided by the customer. PRODUCT Description: 600 SWITCHBACK ADVENTURE SNOWMOBILE (Black) IR lighting system Frame mounted tow hitch USSOCOM subdued color scheme IDENTIFICATION OF STATUTORY AUTHORITY This acquisition is conducted under the authority of the Multiple Award Schedule (MAS) program. The primary statutory authorities for MAS are Title III of the Federal Property and Administrative Services Act of 1949 ( 41 U.S.C. 251, et seq.) and Title 40 U.S.C. 501, Services for Executive Agencies. The circumstances and rationale for limiting consideration to select schedule contractors for award follows: FAR 8.405-6(a)(1)(i) (B) Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. DEMONSTRATION OF THE PROPOSED MANUFACTURER'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY The Polaris 600 Switchback Adventure Snowmobile is the current model platform in USASFC's fleet and this purchase is for life cycle replacements for the snowmobile fleet with USASFC 10th Special Forces Group located at Fort Carson, CO. The Program of Record system allows for standardization of equipment throughout USSOCOM. USASFC has a current sustainment parts inventory estimated at $234,000.00 for the current snowmobile platform and to procure another manufactures snowmobile is estimated to require and additional $234,000.00 in sustainment parts for the new platform. This would not only increase the spare parts inventory to $468,000.00 but require additional storage space and possibly additional personnel to maintain this inventory. The current cost of training on this platform is included in a blanket course including other Polaris vehicle platforms. Procurement of another manufacture's snowmobile would require additional New Equipment Training (NET) and Mechanics Certification Courses (MCC) estimated to be an additional cost of $123,951.66 for the first year of Training. Polaris defense produces the military upgrade kits that encompass peculiar modifications required by Special Operations Forces (SOF). These modifications include Infra-Red (IR) lighting systems, frame mounted tow hooks, and subdued product finishes as well as other upgrades. These upgrade kits are incorporated at the time of the production of the vehicle on the assembly line enhancing reliability over retrofit kits. These military kits that make up SOF modifications are all proprietary to Polaris. The procurement of another manufacture's snowmobile would result in the Government incurring additional cost including shipping to a third party for the after-market modifications as well as the cost of the kits and installation. The Government saves time and money if all SOF upgrades are installed at the Original Equipment Manufacturer (OEM) including the following: No additional cost is incurred for installation due to the fact all SOF Mods will be conducted on the vehicle assembly line. No further contract cost will be incurred for installation by an aftermarket vendor for the SOF upgrade kit installation. No additional shipping charges will be incurred for second destination shipping to an aftermarket vendor The Warranty will encompass the SOF Mod kits and will fall under the OEM factory warranty. Procurement of any other manufacture's snowmobile would result in significant additional cost to the Government in sustainment and training costs. DETERMINATION THAT THE ANTICIPATED AWARD WILL BE THE BEST VALUE A best value determination will be documented. Prior to placing the order, the Contracting Officer will seek price reductions from Polaris Sales. The Contracting Officer will review similar snowmobiles on GSA Advantage and the current Schedule contract pricing to substantiate the price reasonableness of Polaris Sales' quote. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED Market research obtained from GSA Advantage indicates that there are approximately forty-five (45) vendors listed under SIN 251 1, Wheel and Track Vehicles. These vehicles are modified to specific Government specifications and Polaris Sales is the only contractor that has a snowmobile on schedule contract that meets these requirements. OTHER FACTS SUPPORTING THE USE OF THE OTHER THAN FULL AND OPEN COMPETITION See IDENTIFICATION OF STATUTORY AUTHORITY for full details. STATEMENTS OF ACTION TO OVERCOME BARRIERS TO COMPETITION See DESCRIPTION OF THE MARKET RESEARCH CONDUCTED for full details.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d6cc1119ff60e97eb4fdf6af89f3e8d)
- Record
- SN04282976-W 20160923/160922000216-7d6cc1119ff60e97eb4fdf6af89f3e8d (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 |