Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

58 -- Repair, Maintenance and Testing of Satellite Terminals

Notice Date
2/28/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2VTJ51038AQ01
 
Archive Date
3/30/2011
 
Point of Contact
Joyce K. Wright, Phone: 813-828-4730
 
E-Mail Address
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA4814-11-D-0003
 
Award Date
2/28/2011
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY Department of the Air Force, 6th Contracting Squadron/LGCB, 2606 Brown Pelican Avenue, MacDill AFB, FL 33621-5000. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED The Air Force proposes to award a sole source commercial purchase order to L-3 Communications Corporation, NARDA Microwave-East, 435 Moreland Road, Hauppauge, New York, 11788-3926 for the maintenance and repair of satellite terminals. The estimated value is $XXXXXXXXXXX. The period of performance is 1 March 2011 - 29 February 2012, with two 1 year option periods. III. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The Joint Communications Support Element (JCSE) requires a contract for the maintenance, repair and testing of various satellite terminals contained within the AN/USC-60 Fly-Away Tri-Band Satellite Terminal (FTSAT), the AN/TSC-161 Quad Band Dual Hub Terminal (QDHT), OE-593/F Lightweight Medium Aperture Antenna (LMAA), and the Integrated Multiple Antenna Terminal Electronics (IMATE) systems. These satellite terminals serve as the primary communications means supporting tactical operations around the world. This support includes contingency and crisis communications for the Joint Chiefs of Staff, combatant commands, Services, Defense agencies, non-Defense agencies, and foreign governments. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION 10 U.S.C. 2304(c)(1) and FAR 6.302-1(a)(2), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE (APPLICABILITY OF AUTHORITY) The AN/USC-60 Fly-Away Tri-Band Satellite Terminal (FTSAT), AN/TSC-161 Quad Band Dual Hub Terminal (QDHT), OE-593/F Lightweight Medium Aperture Antenna (LMAA), and the Integrated Multiple Antenna Terminal Electronics (IMATE) are manufactured and maintained by L-3 Communications Corporation, NARDA Microwave-East. All of the components are critical to the operation of the satellite terminals and require very intensive testing to ensure operational parameters are maintained. L3 Communications Corporation, NARDA Microwave-East is the sole designer and integrator of the USC-60, TSC-161, OE-593/F and IMATE and they are the only known source available to accomplish the integrated testing and repair of components in the system. L3 does not have suppliers nor do they distribute this equipment. The only other alternative (which is not practical or desirable since the current system still has useful life) is to completely replace the system by procuring a new one. Bringing a new system on line would be costly and would require updating all training and technical documentation and obtaining certification for the new system. Until the current system reaches the end of its useful life, repairing and maintaining it is the preferred and prudent course of action. Again, L3 is the only source we've been able to identify who can perform the required maintenance and repair services. VI. DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE At the beginning of FY11, 6 CONS procured a one-time repair for different satellite terminals, FA4814-11-P-0037 to L-3 Communications Corporation, NARDA Microwave-East. This was posted on FedBizOps as unrestricted since previous acquisitions revealed only one company (large) could fulfill this requirement. In the past JCSE had a non-competitive contract in place with the US Navy awarded to SPAWARSYSCEN Atlantic Charleston (N65236-10-P-4304). When the current requirement surfaced and was defined as recurring, 6 CONS decided to write an IDIQ contract instead of going back through SPAWAR. We posted a request for information (RFI) to Fed Biz Ops (FBO) for 30-days to ensure ample time for all sources to respond. When the RFI closed on 6 December 2010, no responses were received. Nonetheless, 6th CONS will synopsize the proposed acquisition and consider any qualified sources who may respond. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE The Contracting Officer shall determine the price offered to be fair and reasonable through commercially available cost or pricing information, the comparison of previously proposed prices and previous Government and commercial contract prices with current proposed prices for the same or similar items (FAR 15.403-3(c) and FAR 15.404-1(b)(2)(ii)) and negotiated rates for material, labor and related mark-ups. Rates published by L-3 and its major competitors, Hughes, Raytheon, and Lockheed-Martin, will be used as a comparison. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED The contracting office posted a sources sought on FedBizOps on 2 Nov 10 to see if there were any other companies that have the capability to repair, maintain and test failed components in the designed system. When the sources sought closed on 6 Dec 10, no responses were received. IX. ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION None. X. LIST OF SOURCES, IF ANY, THAT EXPRESSED INTEREST IN THE ACQUISITION L-3 Communications 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 JCSE will continue seeking sources through market research, industry events, vendor demonstrations, and testing of products to foster full and open competition for any acquisition of this requirement or similar requirements in the future. XII. CONTRACTING OFFICER'S CERTIFICATION The contracting officer's signature on the Coordination and Approval Document evidences that he/she has determined this document to be both accurate and complete to the best of his/her knowledge and belief. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION As evidenced by their signatures on the Coordination and Approval Document, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTJ51038AQ01/listing.html)
 
Place of Performance
Address: 8532 Marina Bay Dr, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02389667-W 20110302/110228234711-ed138af6ed301d75c14ca54edd4fce4b (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.