SOLICITATION NOTICE
R -- AEGIS RCS Engineering and Technical Services
- Notice Date
- 12/21/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541330
— Engineering Services
- 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
- N00421-11-R-0029
- Archive Date
- 1/6/2012
- Point of Contact
- Kimberly L. Parker, Phone: 3019954817, Rick A Paskoski, Phone: (301) 757-2523
- E-Mail Address
-
Kimberly.l.parker@navy.mil, rick.a.paskoski@navy.mil
(Kimberly.l.parker@navy.mil, rick.a.paskoski@navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N00421-11-C-1058
- Award Date
- 9/14/2011
- Description
- JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Patuxent River, MD 2. Description of the Action Being Approved. This justification and approval authorizes and approves, on a sole source basis, a Cost Plus Fixed Fee contract between the existing contract N00421-01-C-0077 (a Cost Plus Fixed Fee Completion contract) and the follow-on contract Solicitation # N00421-10-R-1042. This contract will ensure continued support of the Program Executive Office for Ships (PEO for Ships), NAVSEA, and PEO C4I. The Naval Air Warfare Center Aircraft Division (NAWCAD) is tasked to design, provide materials, integrate, test, train, deliver and support C4I electronic radio communication systems for two Naval Surface Combatants (NSC) of the U.S. Navy. Work will begin on the first NSC in FY11 and work on the second NSC is estimated to begin six months later in FY12. As this is a completion type effort, it is anticipated that each NSC will require 4 ½ years to complete. 3. Description of Supplies/Services. This contract provides support to the Integrated Communications and Information Systems (ICIS) Division (Code 4.5.10) of NAWCAD in the design, providing of materials, integration, testing, installation, training, and certification of shipboard C4I electronic communication systems and like systems at shore sites associated with the deployment of or fleet support to surface ships. Receipt, inspection, integration, and testing of the equipment will normally take place at the System's Integration Lab (SIL), NAWCAD, St. Inigoes, Maryland but may occur at the contractor's facility or at other Government facilities. The estimated total value of this procurement is $29,990,000. 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. 5. Rationale Justifying Use of Cited Statutory Authority. BAE Systems Technology and Services (BAE), 1601 Research Blvd., Rockville, MD 20850-3173 has been supporting the Integrated Communications and Information Systems (ICIS) Division (Code 4.5.10) of NAWCAD under competitively awarded contract N00421-01-C-0077, which expires 24 June 2011. BAE is the only source capable of designing, integrating, testing, installing, training, and certifying shipboard C4I electronic radio communication systems for two Naval Surface Combatants as they are currently performing these tasks under contract N00421-01-C-0077. It is impossible for another contractor to assume this workload without a transition period, which would cause an unacceptable delay and an increase in program costs due to schedule compression. This contract will avoid a break in service while the follow-on contract is competed and awarded. BAE can provide the corporate capabilites, expertise, and resources needed to effectively meet the rquirements of the Performance Based Statement of Work in the short time period between the exhaustion of the current contract and the follow-on competitive solicitation currently being processed. BAE is the single source capable of providing these efforts without creating an impact on the ships construction schedule. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. The proposed contract was synopsized via FEDBIZOPPS on 8 February 2011 and no companies have expressed interest. For the reasons discussed in paragraph 5 above, it is not practicable for any company other than BAE to provide required services. 7. Determination of Fair and Reasonable Cost. In accordance with FAR 15.402, the Contracting Officer shall ensure that all supplies and services provided under this contract are procured at a fair and reasonable price. BAE will submit a formal price proposal with certified cost or pricing data and sufficient information to support the accuracy and reliability of the estimate. Experienced technical analysts, cost analysts, and contract specialists with the aid of necessary field pricing support will review BAE's proposal. The Contracting Officer will utilize cost and price analysis as the basis for negotiating a fair and reasonable price. 8. Actions to Remove Barriers to Future Competition. This action is for a stand alone contract while the follow-on procurement is being competed. A sources sought, including a draft statement of work, was issued via FEDBIZOPPS for the follow-on. Five companies provided capability statements in response to the sources sought synopsis. All five responders were deemed capable and effective competition for the follow-on contract is anticipated.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0029/listing.html)
- Place of Performance
- Address: 17598 Webster Field Rd., St Inigoes, Maryland, 20684-4013, United States
- Zip Code: 20684-4013
- Zip Code: 20684-4013
- Record
- SN02643738-W 20111223/111221234909-04dc999acb326c6c17cdcb4816486d9e (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 |