Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

U -- FMS C-17 Bridge Contract

Notice Date
7/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
611512 — Flight Training
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, Texas, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-10-R-0047
 
Archive Date
7/31/2010
 
Point of Contact
Antony J Barrios, Phone: 210-652-5636, Germaine Miller, Phone: 210-652-6523
 
E-Mail Address
antony.barrios@randolph.af.mil, germaine.miller@randolph.af.mil
(antony.barrios@randolph.af.mil, germaine.miller@randolph.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA3002-10-D-0010
 
Award Date
7/1/2010
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY Department of the Air Force, Air Education and Training Command, Contracting Squadron, AETC CONS/LGCI, 2021 First Street West Randolph AFB, TX 78150-4302. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED This action will be awarded as a new contract. This Justification and Approval (J&A) is being issued to gain approval to award a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity bridge contract to continue services for C-17 training for a period of 12 months, 1 July 2010 - 30 June 2011. This bridge has become necessary as a result of a delay in the source selection (RFP# FA8621-10-R-6260) for the follow-on USAF C-17 training contract being procured at the C-17 Training System Product Group Contracting Office, ASC/YWM at Wright Patterson AFB, OH which will cover both USAF and FMS service requirements. The existing Foreign Military Sales (FMS) C-17 training contract (FA3002-05-D-0006) expires 30 June 2010, as all option periods including the six months extension of services, have been exercised. A 12-month bridge contract is necessary to meet Air Force Security Assistance Training's (AFSAT's) requirements for FMS C-17 aircraft training until a follow-on, competitive contract can be awarded which provides coverage for both USAF and FMS students as mentioned above. Under the contemplated contract for FMS, the period of performance will contain a 3-month basic period followed by three quarterly options to coincide with the bridge being utilized for USAF students. The requirements document from the existing C-17 training contract (FA3002-05-D-0006) will be used for this bridge contract. III. DESCRIPTION OF SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS Under the contemplated contract, The Boeing Company, the incumbent service provider, will furnish C-17 aircraft related training and technology transfer services, as well as ancillary equipment and software, for multiple international FMS customers. Services include, but are not limited to a combination of prepared classroom studies, computer-based self-study, and hands-on practical application. It includes initial and continuation training for pilots, loadmasters, and maintenance technicians. The service provider also provides special skills training, such as air-refueling, airdrop, firefighter/rescue, instructor training, and incidental maintenance training. The total estimated value for the identified performance period of 1 July 2010 through 30 June 2011 is $1,919,037.50. An estimated quantity of over 1,000 students will require training during this period. Service provider training and services will be paid for with FMS funds with appropriation 9711X8242. IV. STATUTORY AUTHORITY 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.  V. DEMONSTRATION THAT THE NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE FAR 6.302-1(a)(2)(iii)(A) contains the applicable statutory authority permitting other than full and open competition for the contemplated contract action. This reference reads "Services may be deemed to be available only from the original source in the case of a follow-on contract for the continued provision of highly specialized services, when it is likely that award to any other source would result in - (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition." Per the requiring activity, utilizing historical data, in order to train 10 instructors to teach C-17 aircrew courses in support of international customers it costs on average $750K, and validating the instructors' qualifications over a 6-month period can increase the total cost to > $2M. The acquisition or re-creation of C-17 technical data packages and software under contracts with other service providers would result in substantial duplication of cost to the government that is not expected to be recovered through competition. Boeing is the incumbent service provider for C-17 training services, (Contract #FA3002-05-D-0006) and owns the technical data packages and C-17 software. This contract was non-competitively awarded on 10 December 2004 to Boeing, to maintain continuity and standardization for operations with the training provided in the USAF contract awarded at the C-17 Training System Product Group Contracting Office, ASC/YWM at Wright Patterson AFB, OH. Boeing is in place and is providing these services without the need for a transition. FAR 6.302-1(a)(2)(iii)(B) contains the applicable statutory authority permitting other than full and open competition for the contemplated contract action. This reference reads "Services may be deemed to be available only from the original source in the case of a follow-on contract for the continued provision of highly specialized services, when it is likely that award to any other source would result in - (B) Unacceptable delays in fulfilling the agency's requirements." The Government estimates the time required to compete this bridge requirement (including time required to evaluate the proposal and determination of technical acceptability), coupled with the time needed to bring a new service provider up to full performance level would result in an unacceptable delay in fulfilling the agency's requirements. The incumbent is the only available source to immediately continue this service during the interim period without mission degradation. Boeing is uniquely qualified and well experienced at supplying this type of highly specialized training and ancillary training support services. Boeing is the original equipment manufacturer (OEM) and the sole developer of the C-17 aircraft. There are no other current contract vehicles to facilitate the use of another source. Standardization and interoperability of C-17 flight and maintenance operations is a significant safety concern for the U.S. Government and for international C-17 customers. This interoperability contributes heavily to the success of on-going C-17 airlift operations in the Middle East and around the world. Boeing's continued role as the training provider for FMS C-17 customers ensures there will be no reduction in the level of standardization or interoperability among C-17 fleets participating in coalition and other operations. This in turn enhances C-17 flying and maintenance safety, help avoid accidents, and possibly save lives. Additionally, the Air Force does not have the organic resources necessary to meet these mission requirements and must have continued contract support; the potential damage to the government is significant and will result in serious injury to the daily operations of AFSAT's ability to provide requested training services to international C-17 customers. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE A synopsis of this requirement indicating the Government's intention to award a firm-fixed price bridge contract on a sole source basis to the current service provider was posted to the GPE (FEDBIZOPPS website) on 09 April 2010. The Government required all interested persons to identify to the Contracting Officer their intent and capabilities to satisfy the Government's requirement within 15 days after the date of publication of the synopsis. Responses were due by 26 April 2010. The Government did not receive any responses (other than the incumbent) that addressed a company's intent or its capabilities to satisfy the Government's requirement by the due date. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer concluded that none of the Truth in Negotiations Act (TINA) exceptions in FAR 15.403-1(b) apply. Therefore, certified cost or pricing data are required. Cost analysis shall be used to evaluate the reasonableness of individual cost elements when cost or pricing data are required in accordance with FAR 15.404-1(a)(3). Price analysis will also be used to verify that the overall price offered is fair and reasonable. The Contracting Officer may request a technical analysis IAW FAR 15.404-1(e) and/or field pricing assistance IAW FAR 15.404-2(a). Detailed documentation will be accomplished in the Price Negotiation Memorandum to ensure that the final agreed-to price is fair and reasonable. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS As described in Section VI above, market research, in accordance with FAR Part 10, was conducted by synopsis of the proposed acquisition, advising industry of the pending acquisition and soliciting inquiries from interested parties. The Government has determined, based on the market research conducted that no companies other than the incumbent are able to satisfy the Government's needs and the bridge contract will be awarded as a non-commercial item; therefore, certified cost and pricing data shall be obtained IAW FAR 15.403-4. This current acquisition is meant as a stopgap measure to continue the current services until the award of the follow-on contract. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION Failure to continue performance with Boeing would result in devastating disruption to the daily operations of AFSAT's ability to provide requested training services to international C-17 customers. The development and implementation of classroom study material entails use of proprietary information. The hands-on portion of the training services requires use of equipment produced under the prime contract.  X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION The Boeing Company 6200 J.S. McDonnell Blvd P.O. Box 516 Saint Louis MO 63134-1939 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 SERVICES REQUIRED A competitive acquisition is currently underway to provide future C-17 services at the C-17 Training System Product Group Contracting Office, ASC/YWM at Wright Patterson AFB, OH, with a base period of 12 months followed by four, 12-month option periods. The anticipated award date for this competitive acquisition is December 2010. XII. CONTRACTING OFFICER'S CERTIFICATION The Contracting Officer's signature on the Coordination and Approval Document evidences that he has determined this document to be both accurate and complete to the best of his knowledge and belief. The proposed Bridge Contract is in the best interests of the United States government, its allies, and C-17 customers. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by the signatures on the Coordination and Approval Document, the technical/requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete. The supporting data that forms the basis of this justification has been certified accurate by the appropriate management level of the technical/requirements organization.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-10-R-0047/listing.html)
 
Record
SN02198843-W 20100709/100707235443-619bb280c8c40699d04ff45a0ea70009 (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.