Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
SOLICITATION NOTICE

A -- Automatic Dependent Surveillance – Broadcast (ADS-B)/M5L2 OUT/IN Technology Insertion Program (TIP)

Notice Date
9/29/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-04-R-CET-11-189
 
Archive Date
10/31/2011
 
Point of Contact
Colten J, Murray, Phone: 9162311517, Linda A. Baustian, Phone: 9162311658
 
E-Mail Address
murray@dmea.osd.mil, baustian@dmea.osd.mil
(murray@dmea.osd.mil, baustian@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Award Number
H94003-04-D-0006-0215
 
Award Date
9/15/2011
 
Description
I. Contracting Activity: Defense Microelectronics Activity, Contracting Office (DMEA/MEE), McClellan, CA II. Nature and/or Description of the Action Being Approved: This is a new order under the basic IDIQ ATSP3 contract, H94003-04-D-0006 (Raytheon) to The effort is to design, integrate, and test; developing a 1090ES APX-119 Mark XIIA (ADS-B) capable transponder. A cost plus fixed fee engineering services order is anticipated with FY10, FY11 3600 funds (2 year RTD&E). The program cost ceiling is $7,777,746.00. The basic ATSP3 contract is to develop solutions for the reliability, maintainability, obsolescence, availability, supportability, manufacturability, capability, and performance needs or deficiencies of items that range in complexity from discrete electronics through integrated circuits, circuit boards, modules, assemblies, subsystems, systems, and systems of systems. ATSP3 engineering approaches include advanced technology engineering and advanced hardware and software engineering III. Description of the Supplies/Services or Nature of Construction: This effort will consists of the engineering and systems engineering efforts for the modification of existing APX-119 Mark XIIA/Mode S transponder software and hardware. IV. Authority Cited: FAR 16.505(b)(2)(i)(B) Only one awardee is capable of providing the supplies and services required at the level of quality required because the supplies and services ordered are unique and highly specialized. V. Reason for Authority Cited: BACKGROUND: Over the last several years USAF programs have developed and fielded the APX-119 family of IFF transponders to meet USAF requirements for Mode 5 and Mode S Enhanced Surveillance (EHS) capability. Recent and expected mandates by the Federal Aviation Administration (FAA) in support of the future air traffic management system will result in additional USAF requirements for platforms. The added functionality requires modifications to both the transponders and platforms. It will allow the platforms to meet the minimum requirements for operation in civil airspace, while providing enhanced cockpit situation awareness. It will also allow USAF aircraft to take advantage of the FAA's "best equipped, best served" policy for expeditious routing to save both time and fuel. RELATIONSHIP TO PREVIOUSLY PERFORMED CONTRACTS: None RATIONALE FOR SOLE SOURCE AWARD: Raytheon's inherent familiarity unique skills and capabilities derived from their development of the predecessor APX-100 Transponder as well as the APX-119 Transponder makes Raytheon uniquely qualified to modify the APX-119 Transponder.. Further, throughout the course of numerous development, fielding and sustainment efforts Raytheon has cultivated a uniquely, highly qualified workforce possessing the skill-set necessary to efficiently and expeditiously conduct this modification. The last facet of Raytheon's unique qualifications resides in Raytheon's extensive facilities located both in their Aberdeen facilities housing program management, engineering, systems engineering and test functional resources, which are augmented by production facilities located in Largo, FL. Further, Raytheon claims exclusive rights to develop market and produce the APX-119 Transponder. Raytheon has expressed no interest in selling the intellectual property rights to the APX-119 Mark XIIA transponder. In response to the Governments data rights questions; Raytheon's response provided a (ROM) stating that the acquisition of APX-119 data rights would not be less than $132 Million. Therefore considering the prohibitive costs to secure data and the associated time delay to introduce competition through re-engineering and second sourcing efforts makes it impractical for anyone but Raytheon to incorporate ADS-B capability into the APX-119 Mark XIIA transponder. The time delay associated with the selection of any other contractor poses an unacceptable schedule delay to implement capability requirement for military aircraft operating within CONUS civilian airspace. This timeline was developed in direct response to the Federal Aviation Administration (FAA) mandated capability for aircraft flying in most US airspace by 2020. An ancillary consideration is Congress is currently proposing to accelerate capability requirements to 2014 and 2017 respectively. Therefore, any protracted delay in developing this capability, potentially collides with any accelerated Congressional implementation schedule. Further, any delay will disrupt platform integration schedules and POM efforts. Any disruption will potentially adversely impact multiple platforms and numerous aircraft as early as FY 13 (Source AMC Fielding Strategy - AFROC presentation dated 17 Mar 11). Based on intellectual rights and FAR 16.505(b)(2)(ii), if any other vendor besides Raytheon were selected, the government would incur substantial duplication of cost that would not be recovered through competition and would pose unacceptable delays in fulfillment of the customer's requirements. Therefore under FAR 16.505(b)(2)(ii), Raytheon is best suited to accomplish the work due to the fact that they own/maintain proprietary rights to the APX-119 Mark XIIA Transponder and is the Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. OTHER ALTERNATIVES CONSIDERED: Posting the requirements for Fair Opportunity via DMEA's standard process for limited competition was our initial acquisition approach. However upon further analysis and program definition, it became clear that if any ATSP3 contractors besides Raytheon requested an RFP, it would introduce unacceptable schedule delay to the acquisition effort and put the Government at-risk of failing to meet the deployment schedule requirements. Furthermore, a sole source award to Raytheon is the only feasible alternative due to the nature of the program. In particular, the requirements to support initial system modification and testing with its highly critical scheduling make bringing on a new contractor infeasible. IMPACT IF THIS J&A IS NOT APPROVED: If this J&A is not approved, the Government will be forced to take on unnecessary schedule, technical and cost risk to award this program via DMEA's Fair Opportunity process for limited competition. Additional cost would be needed for acquisition of a non-proprietary data package. Additional time would be needed for review and evaluation of multiple proposals. These pre-award schedule impacts cannot be mitigated, even if Raytheon were to be selected as awardee. VI. Effort to Obtain Competition: A request for Sources Sought (USAF ESC/ HSJK, Hanscom AFB, MA (R2619)), dated 27 April 2011, was released asking companies to respond on if they possessed the capability to modify APX-119 software, integrate, and test within the APX-119 Mark XIIA Transponder. The Sources Sought request for the transponder posted to HERBB (R2619) and FedBizOpps with a response close date of 10 May 2011. This effort was preceded by an additional RFI also posted to HERBB and FedBizOpps on 20 September 2010. Six responses were received. In addition, Raytheon the following corporate entities responded to the Sources Sought; Associated Aircraft Manufacturing & Sales, Inc (AAMSI), Aeroflex (Wichita) Incorporated, Alion Science and Technology Corporation, BAE Systems, Information and Electronic Systems Integration Inc. Electronic Solutions. However several of the responses were found incomplete due to the failure to demonstrate and articulate how they could develop and modify, integrate and test the capability within the APX-119 Mark XIIA. This short-coming was anticipated predicated on the fact that only Raytheon would have access to the proprietary data necessary to fulfill the technical requirements. Therefore in conclusion, Raytheon has the technical data, capability, and experience to provide the equipment and services desired without exceptional cost and risk. All the responders were evaluated on the following criteria: 1. Systems engineering support for implementation of required capabilities in transponders including: a. conduct system studies b. define and develop requirements in a high level systems engineering language (e.g. SysML) c. develop and utilize a modeling and simulation environment to support requirements development and validation of vendor implementations 2. Modification of transponders to the new configuration. The selection of this technical approach was predicated upon the rationale that the APX-119 transponder represents the large concentration of transponders either utilized or selected by the fleet. Therefore, delivery of the capability via this product-line delivers this capability to the largest population, with the least investment cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-04-R-CET-11-189/listing.html)
 
Place of Performance
Address: 2000 E El Segundo Blvd, El Segundo, California, 90245-4501, United States
Zip Code: 90245-4501
 
Record
SN02598168-W 20111001/110930000345-b37ddab1fa9f9b6b7ed83654025317c1 (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.