SPECIAL NOTICE
R -- Redacted Justification and Approval (J&A)
- Notice Date
- 5/18/2023 10:15:44 AM
- Notice Type
- Justification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX21C0039P00006
- Archive Date
- 06/17/2023
- Point of Contact
- Alex Gilliam, Phone: 3013941203, Joseph M. Dellinger, Phone: 3013940769
- E-Mail Address
-
alex.p.gilliam.ctr@army.mil, joseph.m.dellinger2.civ@army.mil
(alex.p.gilliam.ctr@army.mil, joseph.m.dellinger2.civ@army.mil)
- Award Number
- W911QX21C0039
- Award Date
- 05/17/2023
- Description
- � � 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. Reason for Authority Cited: Due to the inherent knowledge gained during the creation of the RATE system under OTA) NSC-16-0300, EWA is the only entity who could reasonably perform the required development and upgrades, to include additional research, testing and engineering support, to finalize the system for use outside of ARL.� EWA serves as project manager, developer, and architect for the RATE hardware and software. In addition, EWA is the author of all RATE control/management software for calibration/test/evaluation routines and scenarios, as well as the lead designer for multiple AEWL subsystems, and acts as the primary manager and interface with all AEWL subcontractors. Therefore, no other company could reasonably replace EWA due their proprietary knowledge of the AEWL RATE subsystems and architecture. Any related services or improvement requirements would require EWA to provide the initial architect's insight and knowledge to effectively execute the above-mentioned requirements. If the Government were to attempt to procure these services from a Contractor other than EWA, mission critical EW experiments and operations would be detrimentally hindered, potentially suspending operations until the vendor awarded the contract for this effort can appropriately understand and discuss the highly classified and proprietary aspects of the RATE system. Outside sources would still need to rely on EWA to perform any necessary maintenance requirements to establish operating satisfaction by the Government. The success of the RATE system relies heavily upon its ability to receive the required services by a vendor capable of providing them appropriately and efficiently. If these services are not received, the laboratory will be required to shut down indefinitely until an alternate Contractor had the time to understand the RATE infrastructure, create new control/management software, calibration/test/evaluation routines, and scenarios to effectively enhance/upgrade the RATE, as EWA is the lead designer of RATE. In addition, �in funding has been provided by OSD and ARL for the RATE prototype system through OTA number �and contract W911QX-21-C-0039. In order to realize the full potential of the funds already spent and to avoid a duplication of cost that would certainly be incurred due to the lack of knowledge regarding the architecture of the system, ARL must procure these services from EWA. A high potential of risk would be involved due to the total value of the laboratory, as explained above, and the intimate knowledge required to sustain, enhance, upgrade, and expand the RATE system and ensure its successful instantiation. This instantiation is required to make it possible for other Government organizations to either replicate or improve upon the concept in the future.� This modification continues the development, software/hardware upgrades, and other enhancements required to move this system from a prototype system/laboratory to a fully functioning architecture that allows other research institutions to mimic this framework for their EW testing. Furthermore, without this continued work ARL will not be able to realize the system�s full potential nor would it be able to quickly update the system if bugs or other issues arise. Therefore, it has been determined that EWA is the only capable source of providing the required RATE EW scenario support, system enhancements support, software and hardware maintenance, network support, and engineering support services due to the specific proprietary knowledge and understanding of the RATE system that no other Contractor could have due to EWA supporting ARL in the creation of the system. Efforts to Obtain Competition: Efforts to obtain competition included posting a Synopsis-Request for Information (RFI) (Sole Source using 6.302-1) for 15 calendar days, from 30 January 2023 to 14 February 2023. At the time the Synopsis closed, there were no responses or bids received.� Due to the proprietary knowledge EWA has with the RATE system, a sole source acquisition strategy is reasonable for this effort, as there is no anticipation of effective competition for the required services. Furthermore, EWA did not propose or use any subcontractors for the basic contract and it is not anticipated that subcontracting opportunities will be present for this modification request as all required labor, expertise, and knowledge is in-house.� Actions to Increase Competition: The methods described in the basic contract�s J&A were completed prior to pursuing a sole source acquisition for this modification. The Contracting Officer�s Representative (COR) has kept himself abreast of this unique subject matter by reading up to date industry trade magazines and joining a research consortium allowing him access to the most recent testing and experimental literature available. Members of ARL-SEDD attended conferences and exhibitions with numerous vendors and industry experts in the area of EW, such as the 59th Annual Association of Old Crows (AOC) International Symposium & Convention in Washington, D.C. in October 2022, the Association of the United States Army (AUSA) Annual Meeting and Exposition in Washington, D.C. in October 2022, and the EW Complex Emitter Summit (CES) 2022 at MITRE McLean, VA in May 2022. Trade journals were examined related to the areas of EW and Radio Frequency (RF), such as the AOC Journal of Electronic Dominance (JED) and the AOC electronic warfare products/services databases. Finally, discussions were held with industry experts in the areas related to RATE and its support in order to identify other potential vendors, such as with personnel from the Naval Air Systems Command (NAVAIR), the Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance and Reconnaissance (C5ISR) Center, Raytheon, and Lockheed Martin. �� The Government will continually monitor the market to increase competition via the methods detailed in the previous J&A. To date, no vendor has been identified that can meet the Government�s minimum requirement for EW scenario support, system enhancements support, software and hardware maintenance, network support, and engineering support services of the RATE system that would not require significant retraining of personnel and not result in disruption of current mission/program goals. Before future acquisitions, the market will be surveyed to determine whether another vendor has emerged that could meet the Army�s requirements, thus justifying the need for Full and Open Competition. Additionally, future requirements will be developed in a way to allow for maximum subcontractor participation to increase competition.� 8. Market Research: Market research was conducted from September 2022 to December 2022 via querying Government-wide databases of contracts and other procurement instruments intended for use by multiple agencies available at https://www.contractdirectory.gov/contractdirectory/ and other Government and commercial databases that provide information relevant to agency acquisitions, searching on the General Supply Schedule (GSA) website at https://www.gsaadvantage.gov/advantage/main/start page.do, contacting knowledgeable people and subject matter experts within Government and industry, reviewing other market research efforts conducted for similar or identical items, and obtaining source lists of similar items from other contracting activities or agencies, trade associations or other sources. To date, no other companies have been identified as capable of providing the required services, as EWA is the only entity capable of reasonably performing the services required of ARL. As the RATE system is a proprietary laboratory, it is in the Government�s best interest to sole source this effort to EWA due to their inherent knowledge of the RATE system.�� 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 was posted to www.SAM.gov on 30 January 2023 for 15 days and no responses received. Interested Sources: See Paragraph 6 for the Synopsis information. To date, no other sources have written to express interest in the acquisition.�� Other Facts: Procurement History� Contract: W911QX-21-C-0039; awarded on 27 September 2021 Competitive Status: Sole Source 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. The methods described in the basic contract�s J&A were completed prior to pursuing a sole source acquisition for this modification. See Section 7 for specific actions taken. The procurement made before this was issued on a sole source basis due to proprietary knowledge of the RATE system. EWA is the creator of the RATE system and this modification is a continuation of the effort completed during the basic contract. Other facts. N/A�� ����������� � � � � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98026290cce34ec39b2d807ef0389051/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN06686778-F 20230520/230519211953 (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 |