Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2019 FBO #6544
SOLICITATION NOTICE

58 -- GB GRAM DAGR MICROGRAM RSAM IDIQ

Notice Date
10/24/2019
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-19-R-0001
 
Archive Date
11/25/2019
 
Point of Contact
Charice L. Price,
 
E-Mail Address
charice.l.price.civ@mail.mil
(charice.l.price.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W56KGY-19-D-0022
 
Award Date
8/29/2019
 
Description
Control No: JA-19-C-03O Contractor: Collins Aerospace Inc. Program/Equipment GB-GRAM, MicmGRAMand DAGR JUSTIFICATION REVIEW DOCUMENT FAR PART 6 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION Program/Equipment: Development, Engineering and Technical Support Contractfor Collins Aerospace Ground Based-Global Positioning System {GPS) Receiver Application Module.(GB-GRAM), Micro-GPS Receiver Application Module.(MicroGRAM) and the Defense Advanced GPS Receiver (DAGR). · · Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Amount: $ 40M Prepared by: ·contracting Officer: Technical: Requirements: RSAM Lead RSAM Lead DSN:­ Date: 27 Feb 2019 DSN:­ Date: 27 Feb 2019 DSN:­ Date: 19 DSN:­ Date: 19 Version - September 2018 FOR OFFICIAL USE ONLY Control No: JA-19,-C:>-03O Conttactor: 'Collins erospace h1c. Prograhlf.Equipment.GB GRAM, MicroGRAM·.1:rnd·DAGR Reviews: I have reviewed thisjustification and ffnd It adequate-to support-other than full. antj open competition. Signature: L • IC J.. ·Sigf:lature: Versi.on -:September 20113· F'oR.bFFtC'!J\L.us.E.'QN Y Control No: JA-19-C-030 Contractor: Collins Aerospace Inc. Program/Equipment GB-GRAM, MicroGRAM andDAGR FAR Part 6 Justification and Approval for Other than Full and Open Competition 1. Contracting Activity: U.S Army Contracting Command · Division C Aberdeen Proving Ground (ACC-APG) ATTN: CGAP-CCC. 6565 Surveillance Loop Aberdeen Proving Ground, Maryland 21005 2. Description of Action: Proje¢t Manager, Positioning Navigation andTiming (PM PNT) requests anew cost plus fixed fee (CPFF) and Firm Fixed Price (FFP) indefinite delivery/indefinite quantity (IDIQ) contract with Collins Aerq5,pace, 400Collins Road NE, Cedar Rapids, Iowa, CAGE Code: 13499. The contract will l;ie approximately 95% CPFF and cost-no fee and 5% FFP. The Government projects award for August 2019 and fiscalyear 2019-2024, using Research,. Development Test & Evaluation (RDT&E); Procurement, and Operations arid Maintenance (O&M), ·· This action is a follow-oh to contract W15P7T-13-0-C 109 with additional scopeand requirements. That contract was not competed under authority 10.U.S.C.2304(c) (1) and FAR 6.302.1.. Paragraph, ".Actions to lnyrease Competition" of the previous jui;;tification, stated: i'The Government Will continue to conduct market research to ascertain if there are changes in the market place that would enable future actions to be full and open competition. It is not in the Government's best interest to procure the Technical Data Package (TOP) because of the costs associated with the TOP and the extremely low warranty return rate for the GB-GRAM. The cost of or anic de at activation· is· comprised of OEM TOP and cost to equip, train and provision Tobyhanna rmy.. epo an n egra ea Software Facility(ISF)Warner Robbins to maintain GB-GRAM hardware and software respectively. Since the TOP remains proprietary, no other sources wouId be able to complete the technicaI support requested.,; Those actions were accomplished by completing market research for this acquisition, whi¢h confirmed the sole sourced riature of the current requirements for G.B- GRAM. Although the TOP for organic depot support was not purchased, and may still. be required for sustainment of subject receivers; it would not have permitted competition· of the requirement with another vendor because of the lack of competition rights associc;1ted with a TOP for organic depot support As stated in paragraph 5(c) 4, on 12 July2018 PM PNT re· uested a urchase· rice for DP to compete th requirement Version -September 2018 FOR OFFICIAL USE ONLY Control No: JA"19-C'"030 Contractor: Colllns Aerospace Inc. Program/Equipment GB GRAM, MicroGRAM and DAGR 3. Description of Supplies/Services: The proposed contract action is for a sole-source; IDlQ contractto inclµde development, updates, engineering and technicalsupportfor the GB-GRAM, MicroGRAM and the DAGR The requirement will include software updates and development such as Resiliency and Software Assurance Measures (RSAM)for the GB-GRAM and MicroGRAM. DAGR RSAM is planned to becompleted on contract W56GY-17-D-0007. lt will also enable other development, engineering and technical needs associated with these receivers to include engineering change proposals, integration testing and support, as well as receiver sustainment. This contract wi II.not i ndude scope associated with W56KGY-17-D-0007, which· is an active vehicle for RSAM software development for the DAGR. This contract vehicle will,, allow PM PNT the ability to complete future u dates to the DAGRthat may be required for Assured PNT, includin · The GB-GRAM is an embedded lightweight, 12-channel, dual frequency, continuously tracking Global Positioning System (GPS) receiver that collects and processes the GPS satellite signals to provide Position, Velocity {Ground Speed), and time information, as well as positioning reporting and navigation capabilities. The GB"GRAM also uses Selective Availability Anti-Spoofing Module (SAASM) to access the Precise Positioning Service (PPS) signal. The MicroGRAM is a smaller and lighter derivative of the GB-GRAM that retains key functionally and shares approximately-of its software codebase with the GB- · GRAM. The DAGR is primarily a hand held SAASM GPS device with a built in antenna thatcan be installed on a host platform. The proposed contract vehicle.is for support of previously procured equipment, notfor the procurement of the GB-GRAM, MicroGRAM or DAGR. The Army requires improvements to DAGR, GB-GRAM, and MicroGRAM receivers to include development, engineering, and technical support until these receivers are replaced by future positioning, navigation and timing solutions. These enhancements include RSAM for improved software for the GB-GRAMand MicroGRAM to enhance the resiliency of GPS-dept:indent system RSAM is also needed lo reduce the risk to critical warfighter systems dependent on GPS for positioning and timing synchronization from-. DAGR RSAM ts planned to be completed on coiltractW56GY-17-· Versiori -Septeimber.2018 FOR OFFJGIAL USE ONLY Program/Equipment.: GB-GRAM, MicroGRAM and DAGR D-0007. This contract vehicle will allow PM PNT the ability to complete future updates tbtheUAGR that may be requiredforAssured PNT. This effort requires updates to existing GB-GRAM, MicroGRAM, and DAGR receivers and associated technical support as required. The scope of effort includes hardware and software updates, prototypes; studies; and analyses to support improvements such. as R.SAM for the GB-GRAM and MicroGRAM, as well as sustainment support. GB­ GRAM, MicroGRAM, and DAGR receiver software will be updated for distribution to authorized users; demonstration hardware and software will be used in lab and field tests to mature PNT technologies. Approximately- GB-GRAMs ate fielded withirfall Department of Defense (DoD) services and Foreign Milltary Sales (FMS), The U.S. Army uses approximately ninety percent of fielded receiver units. Approximatel icroGRAMs were proc.ured in FY18 by several programs and labs across Dao, including Army programs. Fielded MrcroGRAMs are expected to continue to grow du.e to the lack of an M.;Code replacement. There are over- DAGRs currently fiel ed across the DoD to entities Contiguou$ United States (CONUS) and Outside the Contiguous United States. (OCONUS) as weU as to Foreign Mifitary Sales. GB-GRAMS and DAGRs are us$d by all services and several North Atlantic Treaty Organizations (NATO) a.Md coalition.countrie.s. in over 40 programs. Period of Performance wHI be sixty (60.) Total Value: $40,333,75T69 months. The I.GCE costs are broken out as follows: Cost El meiit Labor Ma)erial Trave.1 Oth r.Direcl Costs G&A Total CO$t Version ""'."September 2018 FOR OFFICIAL USE ONLY Program/Equipment: GB"GRAM, MicroGRAM and DAGR Cost - no fee will be used for travel, materials and other direct costs. Firm Fixed Price- will be used for contractor manpower reporting, conference minutes, reporting, Integrated Master Schedule, OPSEC Plan, Triprfravel Report and status of Government furnished Property Report. It will also include software products and services that facilitate software or hardware transition to organic support. CPFF - will be used for software development, prototypes, studies, analyses, improvements and other Research and Development related efforts. 4. Authority Cited: 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Reason for Authority Cited: a) As described in FAR 6.302-1(a) (2), when the supplies or services required by the agency are available only from one responsible source, or for DoD, NASA and the Coast Guard, from only one or a limited number of responsible sources, and no other types of supplies or seivices will satisfy agency requirements, full and open competition need not be provided for. The proposed contractor for this procurement is Collins Aerospace, 400 Collins Road NE, Cedar Rapids, Iowa. As the Original Equipment Manufacturer (OEM), only Collins Aerospace has access to proprietary hardware design and software design/code - both unclassified design artifacts and the classified SMSM artifacts. In addition, Collins Aerospace has functional insight into the government furnished Key Data Processors embedded into the SMSM. The proposed sole source contractor has developed and maintains access to proprietary GB-GRAM, MicroGRAM, and DAGR Technical Data Packages (TDPs), to include hardware design, software source code, executables, and other classified and unclassified artifacts, which are necessary to update GB-GRAM, MicroGRAM and DAGR receivers. No other manufacturer has developed or produced the GB-GRAM, MicroGRAM or DAGR due to lack of the necessary rights to the TDP for software and hardware. Collins Aerospace has over 15 years of exclusive experience with these products and has also developed unique software source code test procedures, equipment, and software expertise not easily replicated by another vendor. The expertise would also have to be developed by another vendor prior to updating existing GB-GRAM, MicroGRAM and DAGR source code. The following table is a description of the present/future of data rights: Contractor: CoIiins Aerospace Inc. Program/Equipment: GB-GRAM, MicroGRAM and DAGR Product Data Rights Basis Details Future DAGR DAGR RSAM SW GB-:GRAM GB-GRAM RSAM SW Contractor: Collins Aerospace inc.. Program/Equipment: GB-GRAM, MicroGRAM. and DAGR Program/Equipment GB GRAM, MicroGRAM and OAGR DAGR In September 2015, the Air Force completed an independent Cost Benefit Analysis (CBA) model for an Air Force effort to support OAGR production, modifications, and repair. The CBA determined that it would take- and years to reverse engineer the DAGR receiver. lt was also determined from the model that it would take approximately_llyears to r ou·-the costs of such a_n investment based on the current value of the Air Force effort. In accordance with (IAW) 10 U.S.C. 2304(d)(1)(B) the award of this requirement o any other source besides Collins Aerospace would· result in.substantial duplication of cost to the Government which is not expected to be recovered through competition. Additionally, awarding this requirement to another source would result in unacceptable delays in fulfilling the Government's needs for the reasons detailed above. Although the CBA was performed four years ago, the data, background, assumptions, other information is still accurate and is expected to yield the same results now. · On May 22, 2018, the sofuvare license rights for the OAGR were agreed to by Collins Aerospace and the CECOM intellectual ro ert attorne for two other Arm contracts with Collins Aeros ese Icense ng s are expec e the same or similar for this contract but do not allow forcompetitlon of the software requirement of this contract. The Governmentno longer plans to procure the end-item equiprrtent, so development ofa competitive TOP is neither planned nor feasible. The Government will evaluate future. acquisition ofa TOP for organic SW support. a purchasing theTDP is not an option. GB-GRAM The GB-GRAM is a SMSM based GPS receiver with similar functionality and software to the DAGR As such, a CBA of the GB-GRAM would be expected to yield similar results to the DAGR CBA conducted by the Air Force. · Version -September 2018 FOR OFFICIAL USE ONLY.Program/Equipment: GB-GRAM, MicroGRAM and DAGR On May 22, 2018, the software license rights fof the GB-GRAM were agreed to by Collins Aerospace and the CECOM intellectual property attorne. for two other Army contracts with Collins Aeros These license rights are expected to be the same or similar for this contract but cfo not allow for competition of the software requirement of this contract. The Government no longer plans to procure the end-item equipment, so l'.:levelopment of a competitive TOP is neither planned nor feasible. On 12 July 2018, the Government requested the OEM, Collins Aerospace to rovide a quote for the GB-GRAM TOP with rights for use in a competitive award. purchasing the TOP is not an option. The lead times and associated costs to reverse engineer a TOP would cause a failure by the Government to meet its cost and programmatic timelines and obligations, delaying the deployment of RSAM updates to the GB-GRAM. A contract award NLT 14 August 2019 is required in order to complete development of software updates and meet scheduled milestones to fieid an initial RSAM GB-GRAM SW update by FY20. MicroGRAM Co[lins Aerospace developed the MicroGRAM at its expense. The Government has never had a contract with Collins Aerospace for the MicroGRAM. Collins Aerospace sells the MicroGRAM directly to end item manufacturers that have contracts with Army Program Offices. · A contract.award NLT 14 August 2019·is required in order to complete developm nt pf software updates and meet sched\,lled milestones to field an initial RSAM MicroGRAM SWupdateb Version -:-September 2018 FOR OFFICIAL USE ONLY 10 Control No: JA-•19-G-030 Contractor: Colliris A$rospace Inc..Program/Equipment: GB-GRAM1.MicroGRAM.and DAGR Version -se·ptetnbet 2018 FOR. OFFICIAL USE ONLY u.. Control No: JA.,19-C-030 Contractor: Collins Aerospace Inc. Program/Equipment GB-GRAM, MicroGRAM and DAGR DAGR There are no viable alternatives.. No other types of supplies or hardware/software soiutions exist that could replace a DAGR and associated deveiopment, engineering, and technical support required for these systems without fielding new hardware solutions to all users, ReplaCements for.some bAGRs are currently being developed by PM PNT's Mounted program, but they will not replace all DAGRs, nor is at expected that ject receivers in the field ill be rE:iplaced by futur solut ons unfil at le st FY. - Any DAGR replacement will use the next generation M-code technology under development by the Air Force's Global Positioning System Directorate (GPSD•). There is no.e stimate time.line for the M-code replacement; however it took aears for the DAGRto replace its ptedec ssor. M-Code Increment 1 capability Will not meet the needs of all users and M-Code. lncrement2 development will not be complete until - atthe earliest. Both M-Code lJicremeht1 and Increment 2 cards willrequire system hardware and sottware changes to the platform, which would then have to be tested, integrated and fielded. It is.e stimated that future PNT products will not replace subject receivers in the field until at leas-This could be extended ifthe Air.F orce M­ Code program, the Mounted PNT program,.or integrating Army platforms experience delays in developing, integrating and fielding replacement solutions.. G.B-GRAM There are no viable alternatives. No other types of supplie or hardware/softvvare solutions existthat could replace a GEJ:-GRAM and asso.ciated development, engineering, and technical support required for these systems without fielding new hardware solutions to all Lisers. The Air Force's Global Positioning System Directorate (GPSD) is working with various OEMs to develop next generation· M-Code embedded receivers to replace the GB-GRAM. Integration of M-Code Increment 1 receivers, which are a partial replacementforthe GB-GRAM, began in-M-Gode Increment 1 receivercapabi)ity wjl[ not meet the needs of all users and M-C.ode Increment 2 receivers will notbe available. until-atthe earliest. Both M-Code Increment 1 an.d I ncrement 2 cards will require system hardware and software changes fo· the platform, which would then have to be tested, integrated and fielded. Because of production ramp-up, and integration and testing, it is estimated that future PNT products will not replace subject receivers ih the field untH at leas-This could be extended if the Air Force M-Gode program, Jhe Dismounted PNT program, or integrating Army platforms experience delays in developing, integrating and fielding replacement solutions. · Control No: JA-1 -C-030 Contractor: Collins AEHospace Inc. Program/Equipment: GB-GRAM, MicroGRAM and DAGR M1croGRAM There are no viable alternatives. No other hardware/software solutions exist that could replace a MicroGRAM and associated development, engineering, c;1nd technical support without fielding new hardware solutions to all users: Due to the small form factor of the MicroGRAM, an M-Code replacementwill take longer to develop, No time estimates for MicroGRAM replacement are available. (c) Additional Information. 1} Minimum requirements for this contract action include prototype and final software deliveries for improved and updated GB-GRAM variants 3;2 and.37 and updated MicroGRAM softWare. The current contractW15P7T-13-D-G109 Task Order t<Z01 for RSAM GB-GRAM ends 30 November 20t9, after which no other contract vehicle exists to support current and future irnproverrient requirements. Future improvements and associated requirements are expected to c ontinu.e into FY 24. 2) Competition would not.h ave been feasible had. more time been available as addressed in the alternatives above. 3) The retjllired action is not directeQ or mandated by some higher level. 4) Proprietary data rights limit competition as addressed in paragraph 5(a) above. 5) This action is notfor an interim contract or contract extension. Failure to approve this J&A risks future system and mis-nt updates to subject receivers improve GPS performance-. Failure to approve this J&A delays or prevents current and fllture development improvement$ that are necessary in austere environments where these receivers may be deployed. As many as 64 distinctsystems and platforms rely on subject receivers foday to provide positioning navigation and timing in order to meet system and mission requirements. Not all systems will receive all improvements, bLit failure to apply these improvements where critical could result in poor system performance and even system and mission failure when and where optimal receiver performance is needed most Program/Equipment: GB-GRAM, MicroGRAM and OAGR 6. Efforts to Obtain Competition: The Contracting Officer published this notice IAW FAR 5.201 for twenty-two (22) days on 24 April 2018 using fedbizops.gov. (a) Effective Competition: This is a sole source action, effective competition is not applicable. (b) Subcontracting Competition: Subcontracting competition will be achieved by encouraging the contractor to provide subcontracting opportunities to the maximum extent possible, small businesses, in contract performance in accordance with FAR Clauses 52.244-5 and 52.219.8. A small business subcontracting plan will be required per FAR 19.702. 7. Actions to Increase Competition: OAGR OAGRs are expected to remain in the field for several years, but no other updates of this kind, other than minor software sustainment actions, are expected beyond this contract. Any sustainment necessary after the end of this contract is planned to be completed by the Software Engineering Center (SEC). The Government will evaluate future acquisition of a TOP for organic SW support. OAGR sustainment transitioned to the SEC in 2015. OAGRs are to be replaced by other competitively procured devices associated with PM PNT's Mounted product offices and Air Force products. It is not in the Government's best interest to procure a TOP because of the duplicative and potentially excessive costs associated with establishing a competitive environment for legacy technology. GB-GRAM GB-GRAMs are expected to remain in the field for several years, but no other updates of this kind, other than minor software sustainment actions, are expected beyond this contract Any sustainment necessary after the end of this contract is planned to be completed by the Software Engineering Center (SEC). The Government will evaluate future acquisition of a TOP for organic SW support. GB-GRAMs are to be replaced by other competitively procured devices associated with PM PNT's Dismounted product offices and Air Force products. It is not in the Government's best interest to procure a TOP because of the duplicative and potentially excessive costs associated with establishing a competitive environment for legacy technology. MicroGRAM The MicroGRAM will have a longer lifespan than the OAGR or GB-GRAM due to a lack of future solutions for its small form factor. The MicroGRAM is also based on legacy SAASM technology, which will eventually be replaced by M-Code technology currently under development The MicroGRAM was developed at Collins Aerospace's private expense and the Government does not plan to establish a production contract for the MicroGRAM, so it is not in the Government's best interest to procure a TDP. The Government will pursue Specifically Negotiated License Rights for the MicroGRAM similar to those obtained for the DAGR and GB-GRAM to allow distribution of updated software. The Government will continue to conduct market research via the Federal Business Opportunities (FedBizOps) to determine if there are changes in the market place for the DAGR, GB-GRAM and MicroGRAM that would enable future actions to be full and open competition, if the need for a future contract action were to arise. 8. Market Research: In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 205.205-71, DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d), a request for information (RFI) was posted to Federal Business Opportunities on 24 April 2018 for 22 days. PM PNT performed the research with the intent of identifying companies capable of hardware and software updates; studies and analysis for software and hardware issues and updates; host platform integration/installation issues; software improvements including integrity checks and failure recovery; test procedures, qualification testing and test reports; engineering and technical support for future PM PNT updates and software sustainment support for all versions of GB-GRAM, MicroGRAM and DAGR. Collins Aerospace provided the Sole response. Collins Aerospace is the OEM of the GB-GRAM, MicroGRAM, and DAGR. Collins Aerospace described its past history with the equipment and their approach to providing engineering support for GB-GRAM, MicroGRAM and DAGR affirming the ability to complete development and engineering efforts for GB-GRAM, MicroGRAM and DAGR. Based on the RFI responses for the industrial base and the information and facts presented herein, PM PNT determined that Collins Aerospace is the only vendor capable of providing development, engineering and technical support for the GB-GRAM, MicroGRAM, and the DAGR. 9. Interested Sources: See Paragraph 6 for the synopsis information To date, no sources other than Collins Aerospace have expressed an ability or interest in the acquisition. 10. Other Facts: a. Procurement History (1) Collins Aerospace (formerly Rockwell Collins) is the Original Equipment Manufacturer (OEM) of the GB-GRAM, MicroGRAM and DAGR. The procurement history of the overall GB-GRAM program is in the chart below:,:-"§ ibi foNnu· } - tt·,r·:Ci ·:··,rp•e•r:i:r,u::fco,tReaeiif?o,r,.r,n.a..n:c::e•V,:'·:-i:i•...:-·:,:··.·. iCci tr'a'ctgr·.::./··.·..i-'.,,--,-.\-:---,e,•._-_l,}t Cori)!)JeitEid/f'.UttJo·rity/<··_:_< DAAB07-03-D-P211 GB-GRAM Production 'Hardware' Contract 30 June 2003 - June 2007 Rockwell Colllns Competitive W15P7T-04-D-P420 Technical Support Service Contract 22 December 2003 - Apri! 2009 Rockwefl Collins 10 U.S.C 2304{c) {1) as implemented by FAR 6.302-1- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Re□uirement W15P7T-07-D-P214 GB-GRAM Production /Hardware\ Contract 13 June 2007-June 2017 Rockwell Collins Competitive W15P7T-11-D-G402 Common Hardware Systems (CHS) GB-GRAM Production 1Hardware\ Contract 25 Aug 2011 - 26 Aug 2018 General Dynamics (Prime)/ Rockwell Collins (Sub) Prime Competitive W15P7T-13-D-C109 Software development, and engineering and technical Support Service Contract 27 Sept 2013 - 26 Sept 2019 Rockwell Collins 10 U.S.C 2304(c) (1) as implemented by FAR 6.302-1- Only One Responsible Source and No other Supplies or Services Will Satisfy Agency Renuirement W15QKN-14-9-0001- P00029 Initial RSAM GB-GRAM analysis 15 Feb 2017 - 12 Sept 2018 GCC Technologies, LLC (Prime)/ Rockwell Collins (Sub) Other Transaction Agreement for Prototype Projects, 10 USC 2371, Section 815 of the National Defense Authorization Act, amended. The procurement history of the overall DAGR program is listed in chart below: < The MicroGRAM has no procurement history with PM PNT. Neither the Army nor the Air Force have had a production or technical support contract for the MicroGRAM. Procurement of the MicroGRAM has been primarily from platform integrators and labs vice direct government purchases. (2) Both GB-GRAM production contracts, DMB07-03-D-P211 and W15P7T-07-D­ P214, were competitive awards. Subsequently, engineering and technical services contracts W15P7T-04-D-P420 and W15P7T-13-D-C109 were sole source contracts awarded to the winner of the competitive production contracts. Agreement number W15QKN-14-9-0001 P00029 is an Other Transaction Agreement (OTA) which was awarded on a competitive basis with OEM Collins Aerospace (formerly Rockwell Collins) as subcontractor. DAGR production contract number F04701-02-C-0011 was competitive and the FA8807-09-C-0002 and FA8540-18-D-0018 production contracts as well as the North Atlantic Treaty Organization (NATO) Support and Procurement Agency (NSPA) contract were not competitive. DAGR Software Development and Technical Support Contract W56KGY-17-D-0007 was sole source. The DAGR Pseudolites contract number W15P7T-16-C-0008 was awarded on a sole source basis. (3) The authority cited for GB-GRAM Engineering and Technical Services contracts W15P7T-04-D-P420 and W15P7T-13-D-C109 was 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1-Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirement. The authority cited for the DAGR production contracts FA8807-09-C-0002 and FA8540- 18-D-0018 and DAGR engineering and technical services contract W56KGY-17-D-0007 were 10 U.S.C 2304(1) as implemented by FAR Part 6.302-1-Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirement. The authority cited for the DAGR Pseudolites contract number W15P7T-16-C-0008 was 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1-Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirement. The NSPA is not governed by the FAR. No other information is known about NSPA contracting procedures. (4) The J&As for the GB-GRAM engineering and technical services contracts W15P7T- 04-D-P420 and W15P7T-13-D-C109 indicated that the Government would continue to conduct Market Research to ascertain if there were changes to the market place. It also stated that it was not in the Government's best interest to procure the Technical Data Package (TDP) because of the costs associated with the TDP and the extremely low warranty return rate for the GB-GRAM. Since the TDP remains proprietary, no other source would be able to complete the technical support required. The J&As for the DAGR production contracts FA8807-09-C-0002 and FA8540-18-D- 0018 identified that the PM (Air Force) would begin market research and planning for the M-code receiver, with requested funding beginning in FY09 and estimated production between FY14 and 16. The J&A stated that the PM would do a competition for dual First Article award, followed by a down-select for production and that the PM has no plan to procure the DAGR after the M-code receiver becomes available. The J&A for DAGR RSAM contract W56KGY-17-D-0007 stated that the DAGR is in the sustainment phase and that the Government would continue to conduct market research to ascertain if there were changes in the marketplace. The DAGR RSAM requirement will continue to be covered under contract W56KGY-17-0-0007 The J&A for the DAGR Pseudolites contract number W15P7T-16-C-0008 identified that the Army has no future requirements to purchaseDAGRs. If future requirements were identified, the Government would conduct market research to ascertain if there are changes in the market place that would enable future actions to be awarded using full and open competition. (5) Not applicable - the prior development, engineering and/or technical support contracts were non-competitive. (6) There are no unusual patterns that may be revealed by the history, e.g., several consecutive, urgent buys. (7) This J&A is for a development, engineering and technical support contract for the GB-GRAM, MicroGRAM and DAGR, for both hardware and software. Previous J&As were prepared for DAGR production contracts or for technical support contracts for a single product. b. Class J&A: Not applicable c. Other Facts: This contract will provide for sustainment of the GB-GRAM and DAGR until 2024. Any sustainment necessary after the end of this contract is planned to be completed by the Software Engineering Center (SEC). As part of this contract, the Government will evaluate the acquisition of a TOP for organic SW support. Collins Aerospace sells the MicroGRAM directly to end item manufacturers that have contracts with Army Program Offices. The Government has never had a contract with Collins Aerospace for the MicroGRAM. Sustainment of the MicroGRAM will be the responsibility of the Program Offices that procured the end items that incorporate the MicroGRAM and will be addressed as part of the end-item sustainment. (End of page) Control No: JA-19-C-,030 Contractor: Collins AerospacE! Inc. Program/Equipment: GB-GRAM, MicroGRAM and DAGR 1t. Technical Certification: l certify that the supporting data under mycognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. Typed Name: Title: RSAMEngineer Date: Signature: 12. Requirements Certification: l certify that the supporting data undermycognizance which are included in thejustification are accurate and complete to the best ofmy knowledge and belief. Date: Signature: Program/Equipment GB-GRAM, MicroGRAM and DAGR 13. Fair and Reasonable Cost Determination: I hereby determine thaflhe anticipated cost or price to the Government for this contract action·wilI be fair and reasonable, for base award and all task orders issued and will be based upon, cost analysis techniques, a comparison of proposed priceswith an Independent Government Cost Estimate and previous contracts data. Certified cost and pricing data will be obtained. This determination Will be made using the following: GJ cost. analysis analysis □ should cost 0 IGCE □ audit □ other: □ price As a part of this basis, certified cost or pricing data: IZl will be required. □ will not be required and the following exception applies (FAR 15.403): □ Prices that will be agreed upon are based on adequate price competition. · □ Prices that will be agreed ·upon are based on prices set·by Iaw or regulation. Typed Name: Title: Contracting Officer Date: Signature: 14. Contracting Officer Certification: I certify that this justification is accurateand complete to the best of my knowledge and belief. Typed Name: Title: Contracting Officer Date: Signature: Version -September.201a FOR OFFICIAL USE ONLY Program/Equipment: GB-GRAM, MicroGRAM and DAGR Approval Based on the foregoing justification, I hereby approve the procurement of a cost reimbursement and firm fixed price contract for GB-GRAM, MicroGRAM and DAGR development, engineering and technical support services for the estimated amount of $40,333,757.69 on an other than full and open competition basis pursuant to the authority of 10 U.S.C.2304(c)(1), as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, subject to availability of funds, and provided that the services or property herein described have otherwise been authorized for acquisition. Date: Signatur Version -September 2018 FOR OFFICIAL USE ONLY 21
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7192990593bd43c1f564b2c9c4cef8d)
 
Place of Performance
Address: 400 Collins Road NE, Cedar Rapids, Iowa, 52498, United States
Zip Code: 52498
 
Record
SN05482339-W 20191026/191024230856-d7192990593bd43c1f564b2c9c4cef8d (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.