Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2018 FBO #5943
SOLICITATION NOTICE

R -- Shipboard Automated Maintenance Mgmt (SAMM) - J&A

Notice Date
2/28/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk (N32205), Building SP-64, 471 East C Street, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N00033-14-D-8005-P00036
 
Archive Date
3/28/2018
 
Point of Contact
Rickey Turner, Phone: 7574435608
 
E-Mail Address
rickey.turner@navy.mil
(rickey.turner@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N00033-14-D-8005
 
Award Date
2/26/2018
 
Description
Justifications and Approvals for Shipboard Automated Maintenance Management System (SAMM) Ceiling Increase to current contract. See attached J&A Document and below copy. JUSTIFICATION AND APPROVAL (J&A) FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity: Department of the Navy, Military Sealift Command (MSC), Norfolk, VA 2. Description of the Action Being Approved: This is a request for modification to Contract N00033-14-D-8005 to increase the maximum dollar amount of the Labor, Fixed-Fee, ODC and OEM Firm-Fixed-Price CLINs, and the maximum hours. This contract modification will increase the contract value by and labor hours by. The dollar value of the Labor CLIN will increase by in estimated cost and in fixed-fee); the ODC CLIN will increase by ; and the OEM CLIN will increase by. The total value of the contract inclusive of all options will increase from to. 3. Description of the Supplies/Services: This contract provides non-personal engineering support services to MSC, US Navy, and National Oceanic and Atmospheric Administration (NOAA) for the MSC Shipboard Automated Maintenance Management system (SAMM). The current contract is valid until 19 May 2018. The total contract funding ceiling is insufficient to continue performance due to an unforeseen increase in contract actions. MSC has implemented shipboard maintenance programs onboard its ships in order to increase operational readiness and to reduce equipment maintenance costs. In a continuing effort to increase operational readiness, equipment performance, and to reduce vessel maintenance costs, MSC has implemented elements of a computerized machinery condition monitoring program which is embodied in the software systems under SAMM. SAMM utilizes both preventive and predictive maintenance technologies to assist in both optimizing equipment performance and ensuring that the appropriate level of vessel readiness is maintained. SAMM promotes the cohesive efforts of the shipboard and shore side engineering staff to identify issues and address them efficiently. MSC's Readiness Improvement through Enhanced Materiel Observation and Validation (RITEMOV) is also supported by this contract. SAMM is fully utilized by 104 MSC Operated Vessels and is installed on vessels as they are delivered to MSC. SAMM is partially utilized by approximately 60 Naval Vessels as part of the Navy's Diesel Readiness System (DRS) and is designated as a Program of Record. Additionally, 16 NOAA vessels utilize the SAMM system. The SAMM system is comprised of software, data collection hardware, automated analysis and human analysis services. The automated and human analysis services and support of the software and data collection hardware are absolutely essential to the effectiveness of the system. The Contract ceiling has been reached due to the award of task orders that were not originally anticipated but necessary to support RITEMOV to include the integration of life cycle plans and test plans into SAMM, RASP, PM5 Ship Class Maintenance Effectiveness N102-14-D-8005-01 Review, the KOCAK Class SAMM Improvement Effort, and the addition of the LCS Class to the NAVY SAMM Program. The modification to increase the maximum dollar amount of the contract is necessary to award task orders to continue SAMM support for MSC to include the ABS PM/CM Improvement Program, the GE Digital Twin Pilot Program, and RITEMOV support; continue U.S. Navy SAMM Support; upgrade the USNS ARCTIC MCCS interface with SAMM; provide Engineering and Mariner Training; provide requirements analysis, design documents, use cases, and test cases support to improve SAMM; and provide SAMM update, installation and training services for the EPF 10 and EPF 11. The table below provides the tasks name and estimated price that this increase will be used for: Task Name Estimated Price MSC SAMM Support (includes ABS PM/CM Improvement, GE Digital Twin, Lifecycle Plan Integration, RITEMOV support) GOGO and GOCO Mariner Training improvements to support better data acquisition, metrics, and life cycle management estimation Data Analytics and Visualization Improvement Class Standard Items Standardization Improvement Project SMS integration into SAMM requirements analysis, design documents, use cases, and test cases. (Includes SMS Findings, SMS File Management, and SMS Analytics) Data Collection and Deck Plate Condition Assessment Improvement Requirements analysis, design documents, use cases, and test cases to combine SMART and OCI Web Tracker into SAMM Requirements analysis, design documents, use cases, and test cases (Machinery History, Work Item Specifications, textual Repair data, SAMM Master Maintenance Library modernization, interfaces with Corona and CASREP generator programs, and the Virtual Tech Library) Upgrade USNS ARCTIC MCCS interface with SAMM(Includes Phase 1 and Phase 2) N7 Engineering Training NAVY SAMM Support (includes LCS Class addition) SAMM Update, Installation, and Training Services EPF 10 SAMM Update, Installation, and Training Services EPF 11 4. Statutory Authority Permitting Other than Full and Open Competition: 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Rationale Justifying Use of Cited Authority: FAR 6.302-1(a) (2) (iii) (B), states: "For DOD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in-... (A) Substantial duplication of costs that are not expected to be recovered through competition" Emprise Corporation is currently providing the same and similar services as those that will be required under task orders issued as a result of this modification. Emprise uses specialized hardware and software systems that synchronize with U.S. Navy and MSC engineering systems and equipment. Since systems integration and skills development of new contractor employees will require a learning curve, excessive delays will be expected which can cause unrecoverable harm to mission requirements. Emprise Corporation, through its performance under Contract N00033-14-D-8005, has extensive knowledge and experience to continue performance of the contract without causing any delays to mission execution. Emprise Corporation is the only source providing SAMM support services to MSC and the U.S. Navy. The Government would experience unacceptable delays, leading to negative mission impacts, in having any other contractor complete these tasks given the short timeframe until the competitive award is released. The MSC Engineering Office estimates that another company would need, at a minimum, six months and hours of relevant work time to develop the necessary skills to support these services. Such a delay would jeopardize successful completion of the required work. In addition, the services are uniquely integrated into the MSC Maintenance Management Systems and given Emprise Corporation's depth of knowledge and capabilities with the systems, another company could not provide the same level of analysis expertise resident at Emprise Corporation without extensive duplicative effort, costs, and time, needed to provide the level of support needed by MSC. Furthermore, without the ability to award task orders under this Contract, MSC would be at risk of not successfully completing missions due to increased costs and equipment failures. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable: No effort was made to solicit offers from other contractors as the current contract ordering period expires on. 7. Determination of Fair and Reasonable Cost: The Contracting Officer has determined the anticipated cost to the Government of the services covered by this J&A will be fair and reasonable. The contract has established fixed-fee and labor wrap rates that were determined fair and reasonable at the time of award. 8. Actions to Remove Barriers to Future Competition: The Contract ordering period ends on and the follow-on contract requirements package is being finalized. The follow-on contract will be a competitive acquisition solicited through FedBizOps. The remainder of this page is intentionally left blank.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb0afbef46fc9843853a485ccafeba14)
 
Record
SN04838685-W 20180302/180228231907-cb0afbef46fc9843853a485ccafeba14 (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.