Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2011 FBO #3689
SOLICITATION NOTICE

16 -- Valve, Assembly - Justification and Approval (J&A)

Notice Date
12/29/2011
 
Notice Type
Justification and Approval (J&A)
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-11-R-0388
 
Archive Date
1/28/2012
 
Point of Contact
akilah.ray, 256-955-9260
 
E-Mail Address
ACC-RSA - (Aviation)
(akilah.ray@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W58RGZ-12-C-0023
 
Award Date
11/16/2011
 
Description
J&A JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION Weapon System: UH-60 1. Contracting Agency - Army Contracting Command, Redstone, Attn: Aviation Logistics Directorate, CCAM-AL-M, Redstone Arsenal, AL 35898-5000. 2. Description of Action - The nature of this contractual action will be a new Maintenance and Overhaul (M & O) for a ONE TIME BUY for a Quantity of 215. A Firm-Fixed Price type contract is contemplated utilizing Army Working Capital Funds (AWCF). 3. Description of Supplies/Services - AMCOM Contracting Center proposes to acquire, on an other than full and open competitive basis the maintenance and overhaul of the item listed below: PRID: UB672 NOUN: Valve, Assembly QTY: 215 INPUT/ OUTPUT NSN: 1650-01-097-4914 INPUT/OUTPUT PN: 274010-1001 TOTAL ESTIMATED DOLLARS: $548,035.00 WEAPON SYSTEM: UH-60 The total estimated dollar value of the proposed procurement is $548,035.00. This calculation is based on multiplying the historical unit price of $2,549.00 by the quantity of 215 each. 4. Authority Cited - Title 10 United States Code (U.S.C.) 2304(c) (2), as implemented by Federal Acquisition Regulation (FAR) 6.302-2, "Unusual and Compelling Urgency". 5. Reason for Authority Cited - Reason for Authority Cited- The proposed acquisition requires the use of the cited statutory authority based on the following: a. Depot Maintenance Work Requirement (DMWR) is not currently available to support a competitive solicitation. The only known source of overhaul data for the Valve, Assembly Concentrator is Parker Hannifin Corporation (CAGE Code: 82106), 14300 Alton Parkway, Irvine, CA 92618. There has not been any other source of overhaul for the Valve, Assembly. The item was designed and manufactured to form, fit and function specification and therefore has been returned to the Original Equipment Manufacturer (OEM) for overhaul and upgrade. This item has not been designated as a Critical Safety Item (CSI). The Valve, Assembly is in critical demand. The requirement was first known to exist as of 16 March 2011. The average monthly demands for NSN: 1650-01-097-4914 is 77 with 30 backorders all of which are Priority 03. The last order procured for the historical contract was on 23 June 2011. The item is critical for mission. The non-availability of the Valve, Assembly will result in the grounding of aircraft and will seriously degrade the mission in Theater. b. A competing contractor would not be familiar with the total design parameters, specific repair parts requirement, test processes, etc., for the Valve, Assembly and, therefore, can reasonably be expected to take about 2.5 years to commence or complete an inspection and overhaul program, with no guarantee of success due to factors identified herein. These shortfalls would prevent a competitive contractor from having on-line/available capability to satisfy specific program requirements (quality aspects, tooling/test equipment, engineering support) to meet the applicable delivery schedules and/or overhaul turnaround time frames. 6. Efforts to Obtain Competition - This requirement was published in Competition Advocates Shopping List (CASL) on March 2011 for NSN 1650-01-097-4914. This requirement will appear in the next CASL update. Pursuant to FAR 5.202(a)(2), the proposed acquisition synopsis was waived. 7. Actions to Increase Competition - There is no current DMWR for a competitive solicitation. Due to a critical shortage in the supply system, the item needs to go to the Original Equipment Manufacturer (OEM), Parker Hannifin Corporation (82106). Parker Hannifin is the only approved source at this time. There is a future Valve, Assembly requirement (PRID CB672) in the planning stages for a five year Indefinite Delivery Indefinite Quantity contract that is sole source to Parker Hannifin. Any interested source will receive due consideration as required by law. The item was published in the Competition Advocates Shopping List (CASL) as of 31 March 2011. 8. Market Research - A market research as defined in FAR 10.001 was conducted by the Team Leader Bernida Childs within the last 12 months by contact with knowledgeable persons in Government and industry regarding the commercial nature of this requirement and standard industry practices in this area of supply/services, along with the review of Government and/or commercial databases for relevant information. It has been determined that this requirement cannot be met by commercial items, commercial items with customary or minor modifications or non-developmental items, FAR Part 15 will be used. Further, a reevaluation has been made in accordance with FAR 10.002(b), and the Government requirement cannot be modified in a way that will allow a commercial item to meet the need. This item has been published in the Competition Advocates Shopping List (CASL) March 2011. No new potential sources other than Parker Hannifin were identified. As determined by the Market Research, the only approved source for this item is Parker Hannifin-Cage Code (82106). 9. Interested Sources - Pursuant to FAR 5.202(a)(2), the proposed acquisition synopsis was waived. To date, no other sources have expressed an interest in this acquisition. All interested sources will receive due consideration as required by law. Should a new source(s) become qualified via the Source Approval Request (SAR) process during the contract period of performance, the requirement for future orders will be reviewed. If a new requirement can be validated, a new contract package will be processed and the new source (s) will be given an opportunity to compete for the award. 10. Other Factors - Other factors affecting this effort are as follows: Procurement History: Contract # Eff Date Qty Unit Price Contractor Name W58RGZ-07-D0136/0016 23 JUN 2011 255 EA $2,549.00 Parker Hannifin W58RGZ-07-D0136/0015 23 MAR 2011 273 EA $2,485.50 Parker Hannifin W58RGZ-07-D0136/0013 06 JUL 2010 100 EA $2,485.50 Parker Hannifin a. Acquisition Data Availability: Technical data is not currently available to support a full and open competitive solicitation. The Valve, Assembly is not classified as a CSI. There is no Depot Maintenance Work Requirement (DMWR) or drawings. If a DMWR becomes available no future delivery orders will be awarded against this contract, the requirement will be competed. The Government is not procuring the DMWR or the Technical Data package. b. Subcontracting Competition: A Subcontracting Plan is required per FAR 19.702 and FAR 19.704 for large businesses that exceed $650K. According to FAR 19.704, the contractor must include FAR 52.219-8, entitled Utilization of Small Disadvantaged and Women-Owned Business Concerns in all subcontracts that offer further subcontracting opportunities, and shall require all subcontracts that offer further subcontracting opportunities (except small businesses) to adopt a plan that complies with the requirements of the clause at FAR 52.219-9, Small and Small Disadvantaged and Women-owned Small Business, HubZone Small Business Concerns Subcontracting Plan. Parker Hannifin is a large business and will be required to comply with these requirements. This acquisition will endorse the use of subcontracting to achieve the goals of utilizing small business within government contracts. The contractor must also include FAR 52.244-5, entitled Competition in Subcontracting. The clause is included below. Parker Hannifin will be required to comply with these requirements. The Contractor shall select subcontractors (including suppliers) on a competitive basis to the maximum practical extent consistent with the objectives and requirements of the contract. If the Contractor is an approved mentor under the Department of Defense Pilot Mentor-Prot g Program (Pub. L. 101-510, section 831 as amended), the Contractor may award subcontractors under this contract on a noncompetitive basis to its prot g s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/61a2e2881cbbc36dc26d26c5a489b8b6)
 
Record
SN02646964-W 20111231/111229234114-61a2e2881cbbc36dc26d26c5a489b8b6 (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.