Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

D -- Tactical Display Framework Enhancement Services

Notice Date
10/20/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Archive Date
11/7/2010
 
Point of Contact
703 AESG/SYK,
 
E-Mail Address
703aesg.syk@wpafb.af.mil
(703aesg.syk@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA8620-11-F-4013
 
Award Date
10/8/2010
 
Description
JUSTIFICATION REVIEW DOCUMENT Contracting Activity: ASC/WIIK 2640 Loop Road West, Rm. 213 Wright Patterson AFB OH 45433-7106 Purchase Request/Local Identification Number: F4FDAG0272B002 Program Name: High Desert Situational Awareness Modification Support Estimated Program Cost: $125,000 Type Program: AFPEO/ISR, ACAT I (MQ-1 & MQ-9) Authority: 10 U.S.C. 2304(c) (1), as implemented by FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements Type J&A: Individual COORDINATION _________________________________ __________ Deputy Chief Medium Altitude UAS Division, Det. 3 APPROVED: _________________________________ __________ Contracting Officer Medium Altitude UAS Division JUSTIFICATION REVIEW DOCUMENT JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION I. Contracting Organization: Department of the Air Force Air Force Materiel Command Aeronautical Systems Center Medium Altitude UAS Division 2640 Loop Road West, Rm. 213 Wright Patterson AFB, OH 45433-7106 II. Description of Action: This Justification and Approval (J&A) is for acquisition of services to tailor the Raytheon Solypsis Tactical Display Framework (TDF) software's user interface for sense and avoid applications. The TDF software is used to identify all aircraft and weather issues at Det 3 OL. III. Description of Services: The MQ-1 Predator and MQ-9 Reaper weapon systems are unmanned, multi-role systems capable of operating over the horizon while providing armed reconnaissance, attack and near real-time intelligence information to the Joint Task Force Commander as well as vital 24-hour surveillance and Close Air Support (CAS) coverage for ground forces supporting critical national security objectives. The MQ-1 and MQ-9 are dynamically re-taskable weapon systems able to rapidly transition between reconnaissance, surveillance, target acquisition and attack missions. They adapt to all aspects of the "kill chain" (find, fix, track, target, engage and assess) for time-sensitive targeting. The MQ-1 Predator operates at medium altitudes and the MQ-9 Reaper at medium to high altitudes, integrating with joint air and space forces, as well as coalition and Allied Forces, to execute the Combatant Commander's priorities. The services being procured under this J&A include unique and sensitive requirements to modify the current Raytheon Solypsis system focusing on tailoring the TDF user interface for sense and avoid application for the system located at the Medium Altitude UAS Division - Det 3 Operating Locations (OL) at Gray Butte, CA. This system needs to be compatible with our other Solypsis TDF system at Creech AFB at Las Vegas, NV. Raytheon Solypsis is the designer, developer, and manufacturer of this software. IV. Authority: Regulation 10 USC 2304(c) (1), as implemented by FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. V. Applicability of Authority: The Raytheon Solipsys Tactical Display Framework software is currently is in use at both Grey Butte Test Facility and at Creech Air Force Base. Raytheon Solipsys is the designer, developer, and manufacturer of the TDF software and is the only known source to obtain the required services. The TDF software is proprietary software of Raytheon Solipsys and they have no know authorized dealers, partners, or re-sellers which can provide these services. Based upon the above information, Raytheon Solipsys is the only company capable of meeting the government's requirement. VI. Efforts to Obtain Competition: The TDF software in need of tailoring is proprietary to Raytheon Solipsys; therefore, no efforts were made to obtain competition from other sources. VII. Fair and Reasonable Costs: The required services can be procured under the Raytheon Solipsys' GSA schedule. The rates on GSA schedules have already been determined fair and reasonable. A technical evaluation of the proposed hours will be completed prior to negotiations and award. There is a small amount of travel required for the effort; it will be reviewed to ensure it is compliant with the JTR. VIII. Market Research: ASC/WII Det 3 performed informal market analysis to determine that Raytheon Solipsys was the only available source to complete the required services. Continued market research and monitoring will be performed to determine the existence of other potential sources. IX. Other Facts: None X. Interested Sources: This requirement has not been made available to other contractors due to proprietary restrictions; therefore, there are no other interested sources. XI. Steps to Foster Competition: None XII. Contracting Officer's (CO) Certification: The CO's signature on the J&A evidences she has determined this document to be both accurate and complete to the best of her knowledge and belief. XIII. Technical Requirements Personnel's Certification: As evidenced by their signatures on the J&A signature page, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ef4973c9d7252d650b0c2f89b4040c9)
 
Record
SN02314037-W 20101022/101020234114-5ef4973c9d7252d650b0c2f89b4040c9 (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.