Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

10 -- NSN: 1010-01-564-0735, DAY/NIGHT SIGHT - Justification and Approval (J&A)

Notice Date
3/30/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H0909R0303
 
Archive Date
4/29/2010
 
Point of Contact
Cassi Haynes, 309-782-4580
 
E-Mail Address
TACOM Contracting Center - Rock Island (TACOM-CC)
(cassi.haynes@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W52H0909D-318
 
Award Date
9/17/2009
 
Description
W52H0909D0318 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Agency: U.S. Army TACOM Contracting Center, Rock Island, IL 61299 7630. 2. Description of Action: This action will result in a three year Indefinite Delivery Indefinite Quantity, (IDIQ) contract for the Day/Night Sight (DNS) with Insight Technology, Inc., Manchester, NH. Award is projected for 4th quarter FY09 and Production Funds (PAA) will be used. The guaranteed minimum quantity will be 8,350 each and the maximum contract quantity will be 30,000 each. An acquisition plan for the M320 Grenade Launcher, which includes the DNS, is in process and is currently in staffing for approval by PEO Soldier. 3. Description of Supplies/Services: This action is for the procurement of the Day/Night Sight, NSN 1010-01-564-0735, in support of the M320 Grenade Launcher. The Day/Night Sight (DNS) is a Non-developmental Item (NDI) developed at the expense of Insight Technology. The DNS will be furnished to the M320 Grenade Launcher contractor, Heckler and Koch Defense (HKD) for integration. The DNS is a major component of the M320 Grenade Launcher. The M320 Grenade Launcher is a 40mm grenade launcher that will replace the present M203 series Grenade Launcher currently mounted on the M16/M4 series of rifles and carbines. The estimated value of this action is $40,950,000. The proposed contract will not include an option provision. 4. Authority Cited: 10 USC 2304(c)(1), Only one Responsible Source as implemented by FAR 6.302 1. 5. Reason for Authority Cited: As authorized by FAR 6.302 1, procurement by other than full and open competition is necessary because Insight Technology is currently the only manufacturer that has a design that meets the requirements set forth in the M320 Grenade Launcher Capability Production Document (CDP). Additionally, the Insight Technology design passed both the developmental and operational testing at Aberdeen Proving Ground and Ft. Bragg which was conducted from December 2005 through September 2007. The DNS has been type classified standard for Army use. Historical program cost data to test and qualify the current DNS was estimated at $4.0 million and five years. The administrative lead time to qualify an alternate DNS would be XXX with an additional XXX months to allow for production. The time delays to determine an acceptable alternate DNS and receive deliveries would significantly impact the support and fielding of the M320 Grenade Launcher. The immediate fielding requirements do not permit the time necessary to qualify a new producer, nor would such an action be in the best interest of the Government. The Government does not own the technical data package (TDP). The electronic sighting technology is proprietary to Insight Technology, Inc. The engineering community does not recommend development of a competitive TDP, as this technology is prone to frequent changes due to rapid technology advancement. Additionally, only this model sight is compatible with the fielded M320 Grenade Launchers. The M320 Grenade Launcher, including DNS component, has been tested and evaluated and is being procured as a type classified standard configuration. The version of the Insight DNS the Government is purchasing is specifically calibrated to be compatible with the M320 Grenade Launcher. Any deviation from the tested and approved DNS would result in incompatibilities and require significant testing. It would be uneconomical to invest and expend the funds and time to qualify additional sources. Another version of the DNS would not be compatible with the HKD M320 Grenade Launcher. Two physically unique versions would also be a detrimental impact on operator and maintenance training to include an increased burden on logistics and supportability. The M320 Grenade Launcher and DNS are proprietary to HKD and Insight Technology, Inc. respectively. 6. Efforts to Obtain Competition: This procurement action was synopsized in the FedBizOpps to alert interested contractors and subcontractors. 7. Actions to Increase Competition: As stated in paragraph 5, the time associated with qualifying new producers for this procurement would be prohibitive, and would not support the First Unit Equipped of the M320 Grenade Launcher. Since the sighting system, laser rangefinder and IR devices are rapidly changing technology with very short product life cycle; the USG has no plan to pursue a TDP for this DNS configuration. However, the Program Manager for Sensors and Lasers is currently in the process of competitively selecting and qualifying a follow-on system to the DNS which will include production options to ensure the most competitive pricing. 8. Market Research: Market research was conducted during October 2008 by ARDEC Engineering. As stated in paragraph 5 above, the time constraints to qualify another source makes this option prohibitive. Although the DNS and Laser rangefinder provides desirable day and night target engagement capabilities, the size and weight of the item has been an issue in the field. A Soldier Enhancement Program initiative has been approved to integrate the capability of the laser rangefinder and DNS with an Infrared Pointer/Illuminator to reduce size and weight and also meet the objective requirements. The Program Manager for Sensors and Lasers is currently managing the effort to select and qualify the new system with anticipated completion in mid to late XXX. 9. Interested Sources: To date, no other sources have expressed an interest in writing. The notices required by FAR 5.201 have been published and any proposals received shall be considered. 10. Other Factors: Procurement History: Contract: W52H09-09-D-0212 Contractor: Insight technology, Inc. Award Date: June 25, 2009 Competitive Status: Sole Source Authority: FAR 6.302 1 Control No.: 09-312 11. Technical Certification: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Name: Date: 24 July 2009 Title: CH Small Cal Sys Br Signature: /signed/ 12. Requirement Certification: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Name: Date: 7/22/09 Title: Dir Weapons PSID Signature: /s/ BGS 13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost for this contract action will be fair and reasonable based on cost/price analysis. According to FAR 15.403-1(c)(3), certified cost and pricing data is not required. Name: _Elyse E. Ruefer_________ Date: 27 July 2009 Title: _Contracting Officer_____ Signature: 14. Contracting Officer Certification: I certify that this J&A is accurate and complete to the best of my knowledge and belief. Name: _Elyse E. Ruefer_________ Date: 27 July 2009 Title: _Contracting Officer_____ Signature: APPROVAL Based on the foregoing justification, I hereby approve the procurement of a maximum of 30,000 each, Day/Night Sight, at a total estimated value of $40,950,000, on an other than full and open competition basis pursuant to the authority of 10 USC 2304(c)(1), subject to availability of funds, and provided that the services and property described herein have otherwise been authorized for acquisition. DATE: 28 Aug 09 SIGNATURE:__________/s/ hph__________ HARRY P. HALLOCK Principal Assistant Responsible for Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cd1424f7512339818a2f9f31afee0869)
 
Record
SN02107672-W 20100401/100331000207-cd1424f7512339818a2f9f31afee0869 (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.