SPECIAL NOTICE
A -- Electromagnetic Pulser Fabrication and Delivery
- Notice Date
- 8/13/2010
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-08-R-0017-0004A
- Archive Date
- 9/4/2010
- Point of Contact
- John J. Bohner, Phone: 3017579708
- E-Mail Address
-
john.bohner@navy.mil
(john.bohner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed action is to increase the Level of Effort (LOE) for Contract N00421-08-C-0070 awarded to L-3 Services Inc., 2700 Merced St., San Leandro, CA 94577-5602. The anticipated increased LOE is $500,000.00. 1. Description of Supplies/Services: L-3 Services Inc. was competitively awarded a Cost Plus Fixed Fee (CPFF) Research and Development (R&D) contract for the development of a Fast Rise Electromagnetic Pulse System. L-3 Services, Inc. is substantially complete with the fabrication of the Fast Rise Electromagnetic Pulser. L3 continues to have trigger circuit problems during factory testing. L-3 made several changes to better protect the trigger circuit high voltage power supplies at radiated and conducted interference points of entry. These consisted of trigger circuit filter changes and power supply enclosure shielding improvements. On 14 July the Pulser experienced another failure of a trigger circuit High Voltage Power Supply (HVPS) indicating the need to further address this issue. The failure was determined to be a damaged operational amplifier (OPAMP) chip in a low voltage control section of the power supply. An additional four weeks of factory testing is required to fully resolve identified issues. This re-work is increasing the cost and extending the schedule for this requirement. Factory testing cannot be completed without the additional effort required to correct the identified trigger circuit susceptibility. Award of this work to another contractor would result in the substantial additional cost to the Government. The design of the pulser is proprietary and data rights are not transferrable. A new contractor would be required to design and fabricate the pulser from the beginning. It is not expected that the current contract expenditures could be recovered through competition. The estimated cost from AIR 5.4 would be $10,000,000.00 to begin the process again. In addition, unacceptable delays of approximately two years in fulfilling the requirements of AIR 5.4.4 would be encountered. 2. Identification of Statutory Authority: 10 U.S.C. 2304(b)(1) as implemented by FAR 6.302-1: Authorized or Required by Statute. In accordance with FAR 6.302-1(a)(ii)(A) and(B): (i) Supplies or services may be considered to be available from only one source if the source has submitted an unsolicited research proposal that -- (A) Demonstrates a unique and innovative concept (see definition at 2.101), or, demonstrates a unique capability of the source to provide the particular research services proposed; (B) Offers a concept or services not otherwise available to the Government; and, (C) Does not resemble the substance of a pending competitive acquisition. (See 10 U.S.C. 2304(d)(1)(A) and 41 U.S.C. 253(d)(1)(A).) (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in -- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B).) (iii) For DOD, NASA, and the Coast Guard, 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-- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency's requirements. (See 10 U.S.C. 2304(d)(1)(B).) 5. Determination of Fair and Reasonable Cost: L-3 Services Inc. was competitively awarded a Cost Plus Fixed Fee (CPFF) Research and Development (R&D) contract for the development of a Fast Rise Electromagnetic Pulse System. 6. Total Estimated Dollar Value of the Increased LOE Covered by this J&A: The anticipated increased LOE is $500,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-08-R-0017-0004A/listing.html)
- Place of Performance
- Address: Naval Air Warfare Center (PAX), Patuxent River, Maryland, 20646, United States
- Zip Code: 20646
- Zip Code: 20646
- Record
- SN02240704-W 20100815/100814000314-2b37c33b68affa6f78c7915832cc0729 (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 |