Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

D -- USCG Telecommunications & Info Systems Organization J&A for Automatic Adat & Maint. Support Svcs

Notice Date
7/7/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander, USCG Telecommunication & Information Systems Command, 7323 Telegraph Road, Alexandria, Virginia, 22315-3940, United States
 
ZIP Code
22315-3940
 
Solicitation Number
HSCG79-15-C-PC7019
 
Archive Date
7/22/2016
 
Point of Contact
Julia Belton, Phone: 7033134680
 
E-Mail Address
julia.belton@uscg.mil
(julia.belton@uscg.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HSCG79-15-C-PC7019
 
Award Date
6/28/2016
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION UNDER 10 U.S.C 2304(c) (1) Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3 and in accordance with the 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 Department of Homeland Security (DHS), the United States Coast Guard C4IT Service Center, Contracting and Procurement Division 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: USCG Command, Control & Communications Engineering Center (C3CEN) has a requirement for a six (6) month extension to the existing contract to provide Original Equipment Manufacturer sustainment and maintenance services for the National Security Cutters' (NSC) AN/SPS-75 Radar Systems, (formerly TRS-3D/16-ES). The AN/SPS-75 radar is manufactured by Airbus Defence and Space, GmbH, a division of Airbus Group (Europe). The contract extension will be awarded on a sole source basis for approx. 6 months from date of award through 25 December 2016. There are no scope changes to the original State of Work (SOW) as a result of this action. The USCG anticipates award of this sole source contract to Airbus Defense and Space, Inc., (Airbus DSI), 2550 Wasser Terrace, Suite 9000, Herndon, Virginia 20171. 3. Description of Supplies and Services: The AN/SPS-75 systems are deployed and operational on five (5) NSCs i. USCGC Bertholf (District 11) ii. USCGC Waesche (District 11) iii. USCGC Stratton (District 11) iv. USCGC Hamilton (District 7) v. USCGC Joshua James (District 7) And at shore facility, Training Center Petaluma, CA. (TRACEN). The AN/SPS-75 is a fully coherent multi-mode phased array C-band radar capable of fully automatic detection, track initiation, and classification of various types of targets. In order to sustain the AN/SPS-75 systems outlined above, the Contractor is responsible for: i. Supporting Depot Level Maintenance and Support ii. Assisting in responding to Casualty Reports (CASREP) iii. Providing AN/SPS-75 spare parts iv. Providing repair or replacement services for system components v. Providing up to date system documentation vi. Performing annual system performance tests on deployed systems vii. Providing on-site technical support as directed by the Coast Guard. This effort is not inherently governmental per definition in OMB Policy Letter 92-01. 4. Identification of the Justification and the Rationale: The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1) implemented by FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements". 5. Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: In accordance with FAR 6.302-1(a)(2)(iii)(B), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, for DoD, NASA and the USCG, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements. The current contract AN/SPS-75 radars were acquired and procured by the Coast Guard's Major Acquisitions Directorate (CG-93) under the Deepwater Program's Integrated Coast Guard Systems (ICGS) contract. The AN/SPS-75 radar was selected and is installed on the NSCs as the primary air-search radar; which is integral to the NSCs Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) processes. The AN/SPS-75 radar is critical to the NSCs maintaining situational and tactical awareness for mission accomplishment. The system is a modular, reliable, countermeasure-resistant, medium-range air and surface surveillance system. The AN/SPS-75 system is based on Airbus proprietary software, technology and equipment. Due to the proprietary nature, sustainment and maintenance services, equipment repair and the purchase of new parts must be obtained from the sole Original Equipment Manufacturer (OEM) (Airbus Group, Inc). Historically, sustainment and maintenance services were contracted with the initial prime contractor for the Deepwater Program's Integrated Coast Guard Systems (ICGS) contract. They in turn subcontracted sustainment and maintenance support services to Airbus. This increased the Coast Guard's cost, delayed engaging the manufacture for corrective action and prevented the direct lines of communication transferring information to the Coast Guard. Directly contracting with the OEM enables the Coast Guard direct access to the OEM for prompt sustainment and maintenance actions, resolution of any performance issues, repair of failed parts, purchase of new spares and initiation of system performance tests prior to deployment. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as possible: The original proposed acquisition wasposted in the Acquisition Planning Forecast System (APFS). A Pre-Solicitation Notice, synopsis, was posted in FedBizOpps per FAR 5.202 on 8 April 2015. However, no known firms capable of doing work were found. 7. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: The Contracting Officer determined the anticipated price will be fair and reasonable based on historical sustainment cost baseline that the C4IT Service Center has developed as it pertains to sustaining the Coast Guard Command and Control (CGC2) system and AN/SPS-75 for the past year. 8. Description of Market Research: A formal market survey was not conducted for the reasons outlined in paragraph 5. The C3CEN team will continue to review the feasibility of supporting the AN/SPS-75 radar by utilizing in-house resources (military, civilian, and support contractors). The C3CEN team believes that it may be able to reduce the overall cost of maintaining the AN/SPS-75 systems by using internal resources and a series of repair and support contracts. However; the support costs are not expected to improve considerably since the proposed sole source provider is the Original Equipment Manufacturer. 9. Any Other Facts Supporting the Use of Other Than Full and Open Competition: The AIRBUS TRS-3D (now the AN/SPS-75 ) originated in the C4ISR design and build of the 1st NSC (Bertholf - in service since 2008) and in the following builds for NSC 2 (Waesche - in service since 2010) through NSC 5 (Joshua James) and is planned in future NSC builds NSC 6 through 9. In addition, the AN/SPS-75 is installed in the Coast Guard's training modules supporting the NSCs, located in TRACEN Petaluma. AIRBUS DSI, the original designer and manufacturer, has proprietary knowledge of the specific design and build specifications; full and open competition is not available. 10. A Listing of Sources, If Any That Expressed, in Writing, an Interest in the Acquisition: Due to the proprietary hardware and software, there are no known firms capable of performing this work. 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 Supplies or Services Required The opportunity for competition is dependent upon the NSC C4ISR sustainment strategy adopted by the Coast Guard. If the Coast Guard replaces the AN/SPS-75 radar, competition may be available. 12. Contracting Officer's Certification I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge and belief. Official document signed & dated
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/CISCUSCGISC/HSCG79-15-C-PC7019/listing.html)
 
Record
SN04174884-W 20160709/160707235804-bab66cf8ba5b766d41c24d5f91683530 (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.