MODIFICATION
49 -- Intent To Sole Source - Air Data Pressure Test Sets
- Notice Date
- 9/10/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Missouri, 7101 Military Circle, Jefferson City, Missouri, 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS-18-Q-2540
- Archive Date
- 10/9/2018
- Point of Contact
- Forrest A. Hancock, Phone: 573-638-9632, Sharon Kristine Lau, Phone: 573-638-9575
- E-Mail Address
-
forrest.a.hancock.civ@mail.mil, sharon.k.lau.civ@mail.mil
(forrest.a.hancock.civ@mail.mil, sharon.k.lau.civ@mail.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Intent to Sole Source a Contract with TestVonics Incorporated for (4 EA) Air Data Test Sets, Model ADTS-3350ER. The Missouri Air National Guard, MO-TASMG located at 7101 Militia Drive, Jefferson City, MO 65101 Contracting Office Acquisition plans to contract on a sole source basis. MO-TASMG Contracting anticipates the award of a firm-fixed price purchase order on a sole source basis. This justification for other than full and open competition is submitted for approval in accordance with (IA W) Federal Acquisition Regulation (FAR) 6.303-1 (a) using the authority in FAR 6.302-5(b)(6) - authorized or required by statute. The MO-TASMG Avionics Integrated System team has requested approval to purchase four (4) new Air Data Test Sets, Model ADTS-3350ER, on an emergency/urgent basis. The ADTS-3350ER test set is manufactured by TestVonics Incorporated, Cage Code 1A9E1, located at 375 Jaffrey Road, Peterborough, New Hampshire 03458. TestVonics is a Service Disabled Veteran Owned Small Business (SDVOSB) with over 25 years of military Pitot Static Test Set, Air Data Test Set and Air Data Calibrator System experience. The OEM has delivered hundreds of air data systems to all branches of US DoD. TestVonics has an exceptional reputation for product support for I, O, and D level tests sets. A critical part of the test set requirement is the ability to acquire support, service and calibration in the USA. The TestVonics ADTS-3350ER will be supplied with Tech Manuals, Calibration Procedures, Illustrated Parts Breakdown, Remote Communication Manuals, Warranty, Repair and Calibration Support. The system has unique test capability for automatic calibration. After conducting Market Research it was determined that competion was either Large Business and/or none of which are direct manufacturers of a similar product and also a service disabled veteran owned company. Additional justification on the unique characteristics for sole source. See below for SDVOSB sole source justifcation. MO-TASMG has attempted to purchase the ADTS-3350ERM using various DLA and GSA contracting vehicles. The delay on procuring the equipment has directly impacted MO-TASMG mission requirements. The required equipment will be used to support O-level testing and back shop avionics testing for Apache, Chinook, Lakota and Blackhawk programs. The US Department of Defense and Foreign Military Service use the ADTS-3350ER system. As a common test set, the ADTS-3350ER is used to support O-level testing and specialized weapons system tests. This cause the system unglue when supporting the high range altitude set points for the Apache Weapon System. The ADTS-3350ER will meet or exceed requirements for Apache, Blackhawk, Chinook, Kiowa and Lakota programs. It should also be noted that the commonality of equipment is also a concerned and an additional reasoning for sole source. MO-TASMG has attempted to purchase the ADTS-3350ERM for over two years using various DLA and GSA contracting vehicles. The delay on procuring the equipment has directly impacted MO-TASMG mission requirements. The required equipment will be used to support O-level testing and back shop avionics testing for Apache, Chinook, Lakota and Blackhawk programs. UNIQUE CHARACTERISTICS THAT LIMIT AVAILABILITY TO ONLY ONE SOURCE, WITH THE REASON NO OTHER SUPPLIES OR SERVICES CAN BE USED Service Disabled Veteran Owned Small Business (SDVOSB) IAW FAR 19.1406 FAR 8.002 or from any non-mandatory source IA W 8.004; this item is not available from any mandatory Government source FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting Past experience and background on US Military Air Data Test Set programs List of customer references USA citizens and clearance for onsite visit Buy American Act: Fully manufactured and supported in the USA Technical Benefits Enhanced safety for Apache, Blackhawk, Kiowa, Lakota and Chinook helicopters Extended range high range altitude and rates Apache Weapons system test Altitude and Airspeed Rate Controls Automatic calibration capability using DoD approved Secondary Air Data Calibrators Redundant ADTS and Remote Control Unit controls (no WIFI round weapon systems Unlimited test profiles for test routines, job guides, work tasks and maintenance procedures Self-contained multiport manifold with 5 Ps and 5 Pt port output ports Built-in test for valves, pumps and transducers ADTS transducer and system for secondary and primary standards Full data package, PCA schematics, pneumatic diagrams, wiring diagrams and system schematic Parts breakdown with OEM and supplier parts Warranty Warranty backup loaner unit Guaranteed turnaround time for repair EXPLAIN WHY AN ADEQUATE PURCHASE DESCRIPTION OR OTHER INFORMATION SUITABLE TO SOLICIT BY FULL AND OPEN COMPETITION HAS NOT BEEN DEVELOPED OR ARE NOT AVAILABLE. Authorized or Required by Statute (FAR 6.302-5), Veterans First Contracting Acts, permits a Contracting Officer to sole-source to a SDVOSB up to $4 million. In accordance with FAR 5.202(a)(4) gives exception to submitting notices required by FAR 5.201 when the proposed contract action is expressly authorized by a statute from a specific source. The OEM has provided 2018 contracts for the ADTS-3350ER including purchases from USCG, Lockheed and Commercial Airline Customers. This contract will be awarded in accordance with FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice is not a request for competitive proposals. However, any party that believes it is capable of meeting this requirement may submit a written capability statement that clearly supports and demonstrates their ability to provide the part required. Capability statements must be received by the response date and time of this notice (see below). Submissions will be reviewed to determine if they can meet the requirements. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Response Date: No later than 1:00 p.m. Central Time Zone on 24 September 2018. Email inquiries shall be submitted to Mrs. Sharon K. Lau @ Sharon.k.lau.civ@mail.mil or Mr. Forrest Hancock @ forrest.a.hancock.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-18-Q-2540/listing.html)
- Place of Performance
- Address: 2302 Militia Drive, Jefferson City, Missouri, 65101, United States
- Zip Code: 65101
- Zip Code: 65101
- Record
- SN05081073-W 20180912/180910231244-514d11e3ed00bc1e61d3ac65b0c6995f (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 |