Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2020 SAM #6888
MODIFICATION

T -- AFFSA Safety of Navigation Solutions

Notice Date
10/6/2020 4:37:57 AM
 
Notice Type
Justification
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
FA8101 AFSC PZIOA TINKER AFB OK 73145-9125 USA
 
ZIP Code
73145-9125
 
Solicitation Number
FA810120D0001
 
Archive Date
11/05/2020
 
Point of Contact
Tammy Davis
 
E-Mail Address
tammy.davis.7@us.af.mil
(tammy.davis.7@us.af.mil)
 
Award Number
FA810120D0001
 
Award Date
09/30/2020
 
Description
I. Agency and Contracting Activity. United States Air Force, HQ Air Force Flight Standards Agency (AFFSA) AFSC/PZIOA � Contracting Support Section 7858 5th, STE 1 Tinker AFB, OK, 73145. II. Nature and/or description of the action being approved. Due to the circumstances described below, this is an individual Justification and Approval (J&A) which authorizes the use of Other than full and Open Competition procedures to procure a new acquisition of a commercial navigation solution. This will be a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract action and is not a bridge action. A FFP IDIQ will ensure unnecessary price increases throughout the life cycle of the contract as well as give other Government agencies with aviation programs an option to access the commercial instrument flight capabilities. This contract effort is for the provision of a Federal Aviation Administration (FAA) certified aeronautical database, the associated Flight Information Publications (FLIP), and an Electronic Flight Bag (EFB) application for digital access to FLIP. Estimated Value: ~$93M. Performance of Period PoP: two year basic period and three 1-year option periods. Estimated award date is September 2020. AFSC/PZIOA intends to award this contract to: Boeing Digital Solutions, Inc. (formerly, Jeppesen Sanderson, Inc.) d/b/a: Jeppesen A Boeing Company 55 Inverness Drive E Englewood, Colorado 80112-5412 Cage Code: 19580 III. Description of supplies/services required to meet agency needs (including the estimated value). The resulting contract effort will be a supply contract with embedded services and available for use by the USAF and other Government agencies (OGAs) as required. The USAF has need for a comprehensive Communication, Navigation, Surveillance/Air Traffic Management certified aeronautical database, supporting Flight Information Publications (FLIP), and an Electronic Flight Bag (EFB) application to conduct worldwide operations with complete access to international airspace and airfields. The contractor will provide the following: 1. An aeronautical database compatible with all USAF Flight Management Systems/Computers/Mission Planning Systems; 2. Digital access to all Flight Information Publications (FLIP) products developed to support the database; 3. Via digital download, an Electronic Flight Bag (EFB) application compatible with iOS; and 4. Technical Support (24/7) will be available through email, internet, or telephonic means. All products will be delivered 1 October to 30 September per FY. The reason for three (3) one-year options is due to the contractor�s unique status as the only commercial entity with a FAA Type-1 Letter of Acceptance (LOA) for compliance with industry data handling practices/standards capable of providing all four parts of this contract Indefinite Delivery / Indefinite Quantity, $93M ceiling �IV . Statutory authority permitting other than full and open competition. The authority for this action is 10 USC 2304(c)(l) as implementedby FAR 6.302-1 (a)(2). v. Demonstration that the contractor's unique qualifications or the nature of the acquisition requires use of the authority cited above (applicability of authority). Jeppesen(a Boeing company) is the only one responsiblesource.� Jeppesenhas been providing aviation navigation chaits and data since 1934.� Tuey are the only commercial company capable of providing all required products/serviceswith a Federal Aviation AdministrationType-I Letter of Accepatnce, European Airspace Control and Australia n national aviation authoiity ce1t ifications.� Jeppesen NavData provides the most complete and accurate aeronauticalinfonnation available.� Jeppesen NavData delivers coverage to more than7,000airpo1ts and is theonly offeiing that providesglobal coverage, with a database three times the size of any otherprovider.� In order to provide the largest coverage available in the world, Jeppesenmeticulously sifts through over 41,000 pages of source data from 190 colllltries eve1y 28 days.� JeppesenNavData is available in raw ARINC 424 fonnat or can be packagedin the proprieta1yfo1mat for loading into practically all flight management systems and simulators. Jeppesenhas the largest aeronautical database with access to the most comprehensive global instrnment procedure libraiy in the world along with an applicationto digitally display all of their products.� The Jeppesensuite of products are designed to simplify pilot workloads, improvecollllnllllications, and improve flying missionexecution. The majority of the major airlines, business and general aviation aviators worldwide utilize Jeppesen navigation. The tailored Jeppesen navigation packageis the only commercial solutionfully meeting USAF worldwide instnunent flying and airspace access requirements.� Due to the unique nature of Jeppesen's navigation coverage, they are the only provider to fulfill USAF mission requirements. Jeppesenproducts are cun ently being used by DoD aircrewmembersin the execution of their global missions. Theseproducts/se1vicesare cun ently being ftmded by either the MAJCOMsor individual units.� Pmpose of this contract is to consolidateall of the individual contracts throughout the USAF into one ente1piiselevel contract/solution.� The contract will ensure continuedaccess to Jeppesen's aeronautical infonnation developedvia their unique relationship with host nations throughout the globe for access to international Aeronauitcal hlformation Publications. Jeppesenemploysa substanital staff of aviation professionals who work closely, on a daily basis, to ensure the infonnation they receive is comprehensive, accurate, and verified.� Jeppesen digital delive1y options ensureaccess from anywhere in the world.� Jeppesenretains full intellectual prope1ty rights on all of its products/se1vices. HQ AFFSA (as the USAF subjectmatter expe1ts on instmment flight and global flying operations) believesan award to any other source would result in lmacceptable delays since Jeppesen has been providing tl1ese products/se1vicesfor 60 years.� Another vendor would take at least 10 years to developall of the products and establish the relationships with foreign colmtiies to obtain the requisite Aeronautical hlfonnation needed to build thedatabase.� This would also delay utilization of any other product since USAF aircrewcmTe ntly are trained and familiar with Jeppesen products.� Delay would ftuther complicate execution of the Air Force global flying� mission by limiting access to international airspaceand airfields. Additionally, this enterprise contract will consolidate the xxxx�the MAJCOMs and individual units (Wing and Squadron level) are currently paying for to use the Electronic Flight Bag application and�xxxx cost for access to the FLIP products.� The MAJCOMs and units are each maintaining their own contract for these products.� Total expenditures to maintain these individual contracts is xxxx/year. VI. Descriptionof efforts made to ensure that offers are solicited from as many potential sources as practicable, including whether a notice was or will be publicized as required by subpart5.2 and, if not, which exceptionunder FAR 5.202 applies. The MFT utilized a myriad of techniquesto identify potential sources to meet this requirement, that included: (a) internet searches of NorthAmerican Industry ClassificationSystem(NAICS) code 518210, Data Processing, Hosting, and Related Se1vices; PSCT099, Photo/Map/Print/Publication-Other; keywords included, but not limited to: navigation, aeronautical data libra1y, electronic flight bags, terminal instmment procedures; standard instrnment depa1t ures procedures, standard terminal an ival chaits, NOTAMs and reviewedGovernment databases; (b) reviewed companyhisto1y, scope of operations, and customer base; (c)� completedsite visits conducting in-depthauditing of their processes and practices; (d) conducteddiscussionswith the four major US airlines; variousgovernment agencies with similar requirements for worldwide capabilities; and lastly, (e) conducteddiscussions with small aviation se1vice providers confinning/validating tlle data ret1ieved during internet searches. The National Geo-spatial hltelligenceAgency (NGA) has historically provided FLIP and an aeronautical database for use in DoDflight operations, using Jeppesensince 2007 (~13 years).� The mostcmTent basic conu�act PoPwas from 1 December2019 to 19 Januaiy 2020, and extended(P00004) to 24 May 2020 .� The previouseffo1ts utilized J&Asbecause there are/wereno other capable vendorsand e� atest NGAJ&A was posted, for the continuation effo1t awarded in November 2019, on December 6, 2019. The NGA has received no additional interested vendorinterestfor the length of this effo1t, which is consistent with the findings of the Market Research.� The NGA has notand is not capable of providing tl1e global scale of navigational data requirementsas identified by the Tri-Se1vicesin 2003.� AFI 11-202 Volume 3, Flying Operations, General Flight Rules ah'eady autho1izes the use of Jeppesen navigational products, and Jeppesen's long standing status as the predominant provider of Safety of Navigation solutionsto commercial, business, and general aviation make them the only contractor solicited for this effort. Therefore, there is no need to submit a notice as required by FAR 5.201 IAW FAR 5.202 (a) (1). Current USAF policy (AFMAN 11-202 Volume 3, Flying Operations, General Flight Rules) authorizes aircrew use of non-USG Instrument Approach Procedures specifically citing Jeppesen products. VII. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer will ensure the items descried herein are negotiated at a fair and reasonable price to the Government. IAW FAR as supplemented, the contractor will be required to submit Certified Cost or Pricing Data and/or Other Than Certified Cost of Pricing Data in accordance with FAR 15.4. A detailed cost analysis and price analysis will be performed. The Contracting Officer will request a technical evaluation from the Defense Contract Management Agency (DCMA) to aid in the evaluation of the contractor�s proposal. The Contracting Officer will seek audit assistance from the Defense Contract Audit Agency (DCAA) if necessary. VIII. Description of the market research conducted and the results, or a statement of the reasons market research was not conducted. The MFT queried the Federal Aviation Administration to determine the commercial companies possessing a Type-1 LOA certification and there are only two with this certification (AeroNavaData and Jeppesen). The first company AeroNavaData only provides aeronautical data as documented in the Market Research Report. They do not offer worldwide FLIP nor an Electronic Flight Bag application. Comparison of the four major air carriers in the USA determined all of them utilize the Jeppesen navigation solutions in their daily operations. Review of Jeppesen and the second Type-1 LOA holder explained the magnitude of each company�s aviation information solutions and global instrument flight procedure coverage. Jeppesen is the only commercial company capable of providing the magnitude of worldwide navigational procedure coverage to ensure global airspace/airfield access IAW FAR 10.002 (b)(1)(i)(B). IX. Any other facts supporting the use of Other Than Full and Open Competition. The National Geo-spatial Intelligence Agency (NGA) historically provided FLIP and an aeronautical database for use in DoD flight operations. NGA has not and is not capable of providing the global scale of navigational data requirements as identified within the Tri-Services in 2003. This lack of global navigation capability has been detrimental to execution of DoD flight operations and in some cases led to mission failure. The Jeppesen navigation solution has been used in part by the DoD to fill the gaps in NGA coverage. The lack of NGA�s navigational information capabilities and subsequent mission impact made it imperative the USAF seek a true worldwide navigational capability to preclude future mission failures. X. List of any sources that expressed, in writing, an interest in the acquisition. Boeing Digital Solutions, Inc. (formerly, Jeppesen Sanderson, Inc.) Jeppesen A Boeing Company 55 Inverness Drive E Englewood, CO, 80112-5412, United States ww2.jeppesen.com Company Type: Corporation Subsidiary XI. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before making subsequent acquisitions for the supplies or services required. If a subsequent action is taken to continue the contracted services described above, the USAF will conduct further market research and explore other commercial vendors, if applicable, prior to exercising additional option periods in order to identify any potential entities that may meet the requirements outlined within the Statement of Work. There was no previous J&A accomplished since this is a new contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a9f8f0c20dd4203bd74bc6a04dabb7c/view)
 
Place of Performance
Address: Tinker AFB, OK, USA
Country: USA
 
Record
SN05819416-F 20201008/201006230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.