Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOLICITATION NOTICE

15 -- Control Unit, Fuel - Justification and Approval (J&A)

Notice Date
12/1/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ09R0467
 
Archive Date
12/31/2011
 
Point of Contact
george.obiyor, 955 9282
 
E-Mail Address
ACC-RSA - (Aviation)
(george.obiyor@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W58RGZ12D0027
 
Award Date
11/30/2011
 
Description
JA.doc JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION FOR THE MAINTENANCE AND OVERHAUL OF THE OH-58D CONTROL UNIT FUEL Q 1. Contracting Agency - United States Army Contracting Command (CCAM-AL), Aviation and Missile Command, Redstone Arsenal, Alabama 35898-5280. 2. Description of Action - The U.S. Army Contracting Command, AMCOM Contracting Center has a requirement for a new maintenance and overhaul (M and O) contract for the Control Unit Fuel Q to support fielded OH-58D aircraft through the year 2014. This will be a Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. Army Working Capital Fund resources will be utilized. 3. Description of Supplies/Services: AMCOM proposes to acquire on an other than full and open competitive basis, the maintenance and overhaul of the item listed below: NOUN: Control Unit Fuel Q SYSTEM: OH-58D QTY: Min 5/Max 240, 5 Year IDIQ ( Includes 40 each FMS Quantity) INPUT/OUTPUT NSN: 1560-01-164-6715 INPUT/OUTPUT P/N: 473203-005 PRID: C2938 EST. DOLLARS: $702,720 1st Year Quantity Estimated. 5 ea. $14,640 2nd Year Quantity Estimated 50 ea. $146,400 3rd Year Quantity Estimated 50 ea. $146,400 4th Year Quantity Estimated 50 ea. $146,400 5th Year Quantity Estimated 45 ea. $131,760 The FMS portion is not source directed. 1st Year Quantity Estimated 1 ea $2,928.00 2nd Year Quantity Estimated 10 ea $29,280.00 3rd Year Quantity Estimated 10 ea $29,280.00 4th Year Quantity Estimated 10 ea $29,280.00 5th Year Quantity Estimated 9 ea $26,352.00 The estimated dollars for the Control Unit Fuel Q configuration is based on multiplying the Maintenance Expenditure Limit of $2,928.00 by the quantity of 240 each. 4. Authority Cited - The authority is 10 United States Code (USC) 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." For Department of Defense (DOD) supplies, this authority is extended to include, only one or a limited number of responsible sources. 5. Reasons for Authority Cited: a. The proposed acquisition requires use of the cited statutory authority based on the fact that a DMWR does not exist for this item. Therefore, technical data is not available to support competitive contracts for the overhaul/modification of part number 473203-005. This item will be overhauled/repaired per the contractor's drawings, and blueprints. b. Per Sustainment Engineering Division, AED, AMSRD-AMR-AE-K, Simmonds Precision Products, Inc. DBA Goodrich Fuel and Utilities Systems (CAGE 89305) is the Original Equipment Manufacturer and the only approved source for overhaul of this item. Simmonds Precision, Inc. is the only source that possesses the technical data required to overhaul this item. c. The required delivery for this Control Unit Fuel Q is 5 per month, commencing 30 days after receipt of order. Delay of the acquisition will degrade readiness of the fielded OH-58 aircraft fleets. At the present time, only one source is approved for overhaul and maintenance on the Control Unit Fuel Q. 6. Efforts to Obtain Competition - The proposed acquisition will be forwarded on/about 30 April 2010 for publication in the FedBizOpps pursuant to FAR 5.201 as a synopsis. The extent of effective competition anticipated is limited to the approved source. Future procurements may identify new sources, through publication in the FedBizOpps and the Competition Advocates Shopping List (CASL). 7. Action to Increase Competition. The DMWR data is not available to support a competitive solicitation. Simmonds Precision, Inc. is the only approved source that can successfully overhaul the Control Unit Fuel Q. This item is listed in the June 2009 update of the CASL. The ARISE database was queried on August 26, 2009 and there are no pending Source Approval Requests (SAR's) See attached email. To date, no other sources have expressed a written interest in this acquisition. 8. Market Research - Market Research as defined in FAR 10.001 was conducted on November 9, 2009 based on knowledge of individuals within the Government and industry, and reviewing Government and/or commercial databases (See attached Research Report/Commerciality Determination dated May 09). The item is a commercial item and FAR Part 12 will be used for this acquisition but no DMWR or technical data exist to support a competitive contract. The item is listed in the Competition Advocate's Shopping List (June 09). 9. Interested Source(s) -This item will be submitted for publication in the FedBizOpps in accordance with FAR 5.201 as stated in Paragraph 6 above. Interested sources identified through synopsis will receive due consideration as required by law. 10. Other Factors: a. Acquisition Data Availability, follow-on acquisition is not anticipated to be full and open competition, due to reasons cited in paragraph 5, above. b. Procurement history for Control Unit Fuel Q requirement - Simmonds Precision Products was the previous contractor to overhaul this item through contract W58RGZ-08-D0210/0003 and the only contractor that has overhauled the Control Unit Fuel Q in the past. (See attached price history printout). Bell Helicopter has received a prior contract for the manufacture of this item but they are not a repair source. c. A Subcontracting Plan is required per FAR 19.702 and FAR 19.704, for large businesses on acquisitions that exceed $500K. According to FAR 19.704, the contractor must include FAR 52.219-8, entitled Utilization of Small Disadvantaged and Women-Owned Business Concerns, in all subcontracts that offer further subcontracting opportunities, and shall require all subcontracts that offer further subcontracting opportunities to adopt a plan that complies with the requirements of the clause at FAR 52.219-9, Small and Small Disadvantaged and Women-Owned Small Business, Hub Zone Small Business Concerns Subcontracting Plan. The contractor is required to comply with FAR 52.244-5 Competition in Subcontracting. Simmonds Precision Products is a large business and will be required to comply with these requirements. 11. Technical Certification - I certify that the supporting data under my cognizance which are included in the Justification are accurate and complete to the best of my knowledge and belief. Name: John Michael Henriksen Date: _8 February 2010__ Title: Lead, Technical Branch, IMMCSignature: ____see attached______ 12. Requirements Certification - I certify that the above data supporting this recommendation for other than full and open competitive acquisition is accurate and complete to the best of my knowledge and belief as to the date of this acquisition. Name: Madonna Buckner Date: _______22 JUL 2008__ Title: Team Lead, OH-58D Signature: ____see attached_____ 13. Fair and Reasonable Cost Determination - I hereby determine that the anticipated cost for this contract action will be fair and reasonable. This determination will be based on the use of techniques that include cost and price analysis, resulting from the contractor's firm proposal. Certified cost or pricing data will not be required but information other than cost or pricing data to support a determination of price reasonableness will be required. The requirement is a commercial item. 14. Contracting Officer Certification - I certify that this Justification is accurate and complete to the best of my knowledge and belief. Name: Jeanie Clark Date____________________________ Title: Contracting Officer Signature: _______________________ APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION W58RGZ-09-R-0467 Based on the forgoing justification, I hereby approve the procurement of maintenance and overhaul of the following items from Simmonds Precision Products, Inc., 100 Panton Road, Vergennes, VT 05491 (CAGE 89305). NOUN: Control Unit, Fuel Q SYSTEM: OH-58D QTY: Min 5/Max 240, 5 Year IDIQ (Includes 40 each FMS Quantity) INPUT/OUTPUT NSN: 1560-01-164-6715; INPUT/OUTPUT P/N: 473203-005 PRID: C2938 ESTIMATED DOLLARS: $702,720.00 1st Year Quantity Estimated 5 ea. $14,640 2nd Year Quantity Estimated 50 ea. $146,400 3rd Year Quantity Estimated 50 ea. $146,400 4th Year Quantity Estimated 50 ea. $146,400 5th Year Quantity Estimated 45 ea. $131,760 The FMS portion is not source directed. 1st Tear Quantity Estimated 1 ea $2,928.00 2nd Year Quantity Estimated 10 ea $29,280.00 3rd Year Quantity Estimated 10 ea $29,280.00 4th Year Quantity Estimated 10 ea $29,280.00 5th Year Quantity Estimated 9 ea $26,352.00 On an other than full and open competition basis, pursuant to the authority of 10 USC 2304(c) (1) and FAR 6.302-1, subject to the availability of funds, and provided that the effort herein described has otherwise been authorized for acquisition DATE: __________________ SIGNATURE: ____________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eae41baf3288a51232ec0415edcd3884)
 
Record
SN02631950-W 20111203/111201235037-eae41baf3288a51232ec0415edcd3884 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.