Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

16 -- Overhaul Attitude Indicators

Notice Date
5/2/2008
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, C130J, IOD or ALD Support, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-08-R-H00012
 
Response Due
5/12/2008
 
Point of Contact
Janet M Delaney, Phone: 2523345369, Nancy F DeBerry,, Phone: 252-335-6291
 
E-Mail Address
Janet.M.Delaney@uscg.mil, nancy.deberry@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent: The United States Coast Guard (USCG) intends to enter into negotiations on a sole source basis with L-3 Communications Avionics Systems of Grand Rapids, MI. The proposed acquisition will be for 7 each Attitude Indicators NSN 6610-01-HS1-4310, P/N: 501-1836-01 or NSN: 6610-01-309-1413, P/N: 501-1533-51 for one base period (1 year) with four option periods. This requirement will be satisfied using commercial acquisition procedures as describe in FAR Part 12, 13 and 15. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 05-24. The applicable North American Industry Classification Standard (NAICS) code is 336413. The item specified above represents a follow on to previous contracts with L-3 Communications Avionics Systems and specifications or drawings are not available to the Coast Guard. The purposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all responses received within ten days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for costs incurred in the preparation and submission of data or other costs incurred in response to this announcement. Notice for filing agency protests: It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: G-APO-1, Jemal Building, 11th Floor, 1900 Half Street, SW Washington, DC 20590. Telephone (202) 475-3754, Fax Number (202) 475-3904. POC for this action is Janet Delaney (252) 334-5369. Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAM 3006.3, CGAP 3006.3 and in accordance with requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.3 is justified by the following facts and rationale required under FAR 6.303-2 as follows: (1) Agency and Contracting Activity. The United States Coast Guard, Aircraft Repair and Supply Center (ARSC), C-130H Contract Section, Elizabeth City, North Carolina, proposes to enter into a contract on a basis other than full and open competition. (2) Nature and/or Description of the Action Being Approved. Approval for a sole source, follow-on procurement of Attitude Indicators for C-130H aircraft. The proposed procurement type is a firm-fixed-price contract. It is anticipated that only one award will be made as a result of the synopsis. The proposed contractor is a large business, L-3 Communications Avionics Systems, 5353 52ND ST SE, Grand Rapids, MI 49512-9704. (3) Description of the Supplies or Services. Attitude Indicators (Quantity 7 each with an option for 7) These are considered commercial items and will be procured using the procedures in FAR Parts 12, 13 and 15. The basic estimated value of this acquisition is $25,445.00 or $130,819.00 inclusive of the option. (4) Identification of Statutory Authority Permitting Other Than Full and Open Competition. The statutory authority permitting other than full and open competition is 10 U.S.C. 2304 (c)(1), as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 entitled “Only one responsible source and no other type of supplies or services will satisfy agency requirements.” (5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited. L-3 Communications Avionics Systems is the only vendor capable of overhauling the USCG Attitude Indicators. 10 U.S.C. 2304 (c) (1); Far 6.302.1 only one responsible source and no other supplies or services will satisfy agency requirements. The item was derived by L-3 Communications modifying the HH-65 component P/N: 501-1674-01, NSN: 6610-01-HS1-2790, Gyro indicator to the present configuration P/N: 501-1836-01, NSN: 6610-01-HS1-4310 or P/N: 501-1533-51, NSN: 6610-01-309-1413. L-3 Communications holds the proprietary data required to overhaul the item. (6) Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable. A synopsis for this requirement will be submitted to FedBizOpps for potential offerors. If any responsible responses are received as a result of this synopsis the file will be documented accordingly and the requirement will be competed among all eligible offerors. (7) Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. It is the Contracting Officer’s opinion that prices for this procurement will be determined fair and reasonable based on comparison with historical pricing. (8) Description of Market Research. Market surveys are continually conducted to identify new sources of supply for C-130H components. The Attitude Indicators were last overhauled by L-3 Communications under purchase order HSCG38-07-P-300125. At this time two or more small businesses can not be identified with the capabilities to perform services required for these components. (9) Any other facts supporting the use of other than full and open competition, i.e., proprietary data packages, etc. The United States Coast Guard did not purchase the technical data rights. Therefore only L-3 Communications holds the necessary manufacturing drawings, data, and special tooling to overhaul these components. L-3 Communications will not release their drawings or data rights to anyone for the purpose of overhauling these components. (10) Listing of the sources, if any that expressed in writing, and interest in the acquisition. In accordance with FAR 5.201, the intent to contract for these items will be submitted to FedBizOpps. (11) A Statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Complete specifications and drawings for this requirement are not available to the Coast Guard. The Coast Guard does not possess the technical expertise nor were the data rights purchased. Additionally, further competition would require duplicative solicitation, evaluation, and testing. (13) Technical/Requirements Personnel Certification. I certify this requirement meets the Government’s minimum need and that the supporting data, which forms the basis for this justification, is complete and accurate.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc81fc9428ac59a51e15421bb21c9172&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN01566068-W 20080504/080502220604-fc81fc9428ac59a51e15421bb21c9172 (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  © 1994-2020, Loren Data Corp.