SOLICITATION NOTICE
23 -- To Repair De-Icer (01C00497 605 AMXS)
- Notice Date
- 8/26/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- F3A39G0166A001
- Archive Date
- 9/26/2010
- Point of Contact
- John S. Kenneh, Jr, Phone: 6097542894, Esther Edinboprough, Phone: 6097541485
- E-Mail Address
-
john.kenneh@mcguire.af.mil, esther.edinborough@mcguire.af.mil
(john.kenneh@mcguire.af.mil, esther.edinborough@mcguire.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- F3A39G0166A001
- Award Date
- 8/27/2010
- Description
- We intend to award this contract to Global Ground Support. Below, please find the J & A: JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. CONTRACTING ACTIVITY: 87th CONS/LGCC, Commodities and Simplified Acquisition Procedures Flight, Joint Base McGuire-Dix-Lakehurst, NJ 08641 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED: This is a sole source acquisition for the transportation costs and labor hours to ship a deicer back to its manufacturing company and evaluate it for damages sustained in an accident. The total authorized for this acquisition is $104,191.12. III. DESCRIPTION OF SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS: The 87th LRS/LGRV requires this vehicle to be operational by 15SEP10 as it is essential for winter preparation. This vehicle is used to remove snow, ice, and slush from aircraft. For a full description of the vehicle specifications and dimensions, please refer to the submitted AF Form 9 and email under TAB 1. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION: The authority for this proposed acquisition is 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. V. DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF THE AUTHORITY CITED ABOVE: Global Ground Support (GGS) is the only qualified contractor able to provide services, repairs, and replacement parts to the vehicles they manufacture. There are no other after-market replacement components or specialized mechanics able to fulfill this requirement. VI. DESCRIPTON OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIALSOURCES AS DEEMED PRACTICABLE: This is a sole source requirement. However, sufficient market research was conducted to confirm that there were no other responsible contractors able to fulfill the requirement. VII. DETERMINATION BY THE CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE: Global Ground Support (GGS) is the sole source company. The estimate provided by GGS includes transportation costs as well as labor hours. a. The estimated transportation cost to ship the deicer from McGuire AFB, NJ, to Olathe, KS, is $4,248.38, and the carrier company is Warren Transport. Coastal Auto Transport and Auto Haul provided estimates for $7,900 and $7,650, respectively. Both estimates exceed the total amount obligated for this requirement by at least $1,600 or more. Additionally, the delivery time is between two to four weeks for all three companies. Therefore, the price provided by GGS is determined to be fair and reasonable. b. The laborer responsible for evaluating the deicer is classified as a Quality Assurance Inspector. The estimated labor rate is $75 per hour for 24 hours. The customer was quoted at the same rate by GGS. Additionally, GPS supplied me with an invoice (dated 30JUN08) for similar services provided to a different company in which the labor rate was $82 per hour. This is $7 more than the price being charged to the government. Therefore, the labor rate provided by GGS is determined to be fair and reasonable. VIII. DESCRIPTION OF THE MARKET RESEARCH CONDUCTED: Market research was performed IAW FAR 10 and other applicable regulations. a. Received a purchase request and sole source letter from the 87th LRS/LGRV. b. The request was for transportation costs and labor hours to ship a Global Deicer to Global Ground Support (GGS) and have it evaluated for damages sustained in an accident. c. Justification for sole source follows: (a) there are no after-market or replacement parts available on the open-market to repair a 2001 Global Deicer, and (b) GGS is the manufacturing company. d. Conducted a NAICS search in CCR and contacted two companies, Union Machine and Instruments and Flight Research, via telephone. Neither company had the capabilities to meet the requirement. e. Emailed Raytheon, another company found under the NAICS search, and their response advised contacting GGS (the sole source company). f. Conducted further online market research and found Thirty Thousand Feet. They were able to provide the services. However, they were the parent company of GGS. g. Requested and received quotation from GGS. h. Concluded that GGS was the only responsible company able to fulfill the requirement. IX. OTHER FACTS: None. X. INTERESTED SOURCES: As mentioned above in VIII, no other sources were able to provide the services required by the customer. XI. COMPETITION BARRIERS: Global Ground Support is the manufacturing company. No other contractors have the capabilities to service, repair, or replace components. XII. CONTRACTING OFFICER'S CERTIFICATION: The contracting officer certifies, as evidenced by her signature on this document, that all information is accurate and complete to the best of her knowledge and belief. XIII. TECHNICAL/REQUIREMENTS PERSONNEL'S CERTIFICATION: N/A. /S/ ESTHER EDINBOROUGH Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A39G0166A001/listing.html)
- Place of Performance
- Address: Upon completion of repairs to be brought back to the joint base at McGuire-Dix-Lakehurst NJ, 08641, McGuire AFB, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN02255887-W 20100828/100826235647-7dd51580f79e73783253f5d6b593900b (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 |