Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

15 -- This task order will continue to update the F15 AFF developed under CET 11-171 by maturing the existing engineering design, improving the process and adding additional features to automate weight and balance calculations for F15 Fighter Aircraft.

Notice Date
9/4/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-04-R-CET12-250
 
Archive Date
10/4/2012
 
Point of Contact
Jacqueline B. Webster, Phone: 9162311522
 
E-Mail Address
jackie.webster@dmea.osd.mil
(jackie.webster@dmea.osd.mil)
 
Small Business Set-Aside
N/A
 
Award Number
H94003-04-D-0001-0056
 
Award Date
9/4/2012
 
Description
Exception to Fair Opportunity Justification and Approval for Advanced Technology Support Program III (ATSP3) Indefinite Delivery / Indefinite Quantity (ID/IQ) Task Order Contract I. Contracting Activity: Defense Microelectronics Activity (DMEA)/ MEE Contracting Office"Limited Source Justification" in accordance with 8.405-6(g)(2) II. Nature and/or Description of the Action Being Approved: This is a new order under the basic IDIQ contract H94003-04-D-0004 to improve on Phase I and Phase II effort of the Automated Form F (AFF) program. Phase I effort (CET 10-064) was to migrate the F-15 AFF to Visual Studio.NET and integrated into the AWBS v10. The F-15 fighter AFF was updated to be current with any changes to their respective Weight and Balance Technical Orders (TOs). Phase II effort (CET 11-171) was to upgrade the AFF to include additional features and weapons. Phase II also added a graphical tool box to contain all the stores data to automate AFT CG limits gear up table. F-15 Phase III AFF will include additional features and weapons. The F-15 fighter AFF shall be updated to reflect the most current changes to the respective Weight and Balance Technical Orders. Load lines and towing limits shall be added. The improved AFF configuration shall be referred to as Automated Form F (AFF) for Department of Defense (DoD) F-15 Fighter Aircraft Phase III.. A cost plus fixed fee engineering services order is anticipated with FY12 1-year funds. The estimated program cost is $98,500. The purpose of the basic ATSP3 contract is to develop solutions for the reliability, maintainability, obsolescence, availability, supportability, manufacturability, capability, and performance needs or deficiencies of items that range in complexity from discrete electronics integrated circuits, circuit boards, modules, assemblies, subsystems, systems, and systems of systems. ATSP3 engineering approaches include advanced technology engineering and advanced hardware and software engineering. III. Description of the Supplies/Services Required To Meet the Agency's Needs (including the estimated value): This task order will continue to update the F15 AFF developed under CET 11-171 by maturing the existing engineering design, improving the process and adding additional features to automate weight and balance calculations for F15 Fighter Aircraft. This task title is Automated Form F (AFF) for Department of Defense (DoD) F-15 Fighter Aircraft Phase III and assigns as Contractual Engineering Task (CET) 12-250. Period of Performance will be from Contract Award for duration of 12 months and type of funding is O&M in the estimated amount of $98,500. IV. Identification of the Exception to Fair Opportunity (Authority Cited): FAR 16.505(b)(2)(i)(C) The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. V. Supporting Rationale for Exception to Fair Opportunity: BACKGROUND: Automated Form F (AFF) is an aircraft specific computer program to automate generation of flight clearance forms, known as Forms F, for DoD aircraft. Forms F must be generated for each specific aircraft type to ensure safety of flight. Automated Form F generators have been developed for the A-10, F-15, F-16, F-22, F-35, F-117, C-130, C-5, B-2, and U-2. These Form F generators have proven to be the best way to take the weighing data stored in the Automated Weight and Balance System (AWBS) and complete aircraft specific Forms F for each load, with limits, load items, and fuel automated for the specific airframe. As aircraft configurations change and new aircraft are developed, aircraft weight and balance becomes increasingly complex and requires new tools and updates to existing tools to ensure that aircraft are flying safely and within their weight and center of gravity limits. Technologies are changing rapidly, which requires the existing AFF to be updated frequently using the most up-to-date tools and technologies. RELATIONSHIP BETWEEN THE INITIAL ORDER AND THE FOLLOW-ON ORDER: Phase I effort (CET 10-064) migrated the F-15 AFF to Visual Studio.NET and integrated into the AWBS v10. The F-15 fighter AFF was updated to be current with any changes to their respective Weight and Balance Technical Orders (TOs). The original order was posted for Fair Opportunity and all ATSP3 contractors were given an opportunity to propose on the requirement. Phase II effort (CET 11-171) upgraded the AFF to include additional features and weapons. Phase II also added a graphical tool box and a aft CG limits gear up table. Phase III (this activity, CET 12-250) will mature the successful Phase I and Phase II efforts into a final deployed product fully integrated with AWBS 10.0v that will also include additional features of load lines for authorized loads and towing limits. The most current tech order data with new weapons will also be included. RATIONALE FOR FOLLOW-ON EXCEPTION TO FAIR OPPORTUNITY: Lockheed Martin Aeronautics Company (LM Aero) is the only logical source and is the recommended source for this effort because they created, developed, implemented and currently maintain the AFF. AFF expertise has been developed over an extensive period of time and requires a thorough understanding of aircraft weight and balance principles and established military procedures. Tools utilized in the AFF development are complex and require a sophisticated level of software engineering. As a result of LM Aero's expertise, the government users have developed an extensive network of support centered around LM Aero as the AFF Point of Contact (POC). LM Aero has an extensive network of F-15 knowledge enabling them to support all aspects of this program, thus making them the only logical choice for this effort. OTHER ALTERNATIVES CONSIDERED: Competition under the existing ATSP3 ID/IQ contracts was considered. However, upon further analysis and program definition, it became clear that due to the cost of re-engineering, documentation and testing, Lockheed Martin Aeronautics Company is the only feasible alternative. IMPACT IF THIS EXCEPTION TO FAIR OPPORTUNITY IS NOT APPROVED: The existing F-15 AFF is an essential component of the overall F-15 aircraft weight and balance management system. The F-15 AFF development program was initiated to eliminate the human errors that consistently occurred and safety of flight concerns when Form Fs where manually created. With the successful performance of the F-15 AFF in Phase I/II, it is critical that Phase III be completed to add new capabilities and to keep it current with the latest released tech orders. The risk to a successful program completion will be increased to an unsupportable level if this J&A is not approved, since any contractor other than Lockheed Martin would not be capable of executing the program within its tight schedule, budgetary and technical integration constraints. The Air Force estimates that it would require in excess of $1.5M and a minimum of 36 months to develop another contractor's expertise and experience to a level that would enable them to perform acceptably on this task order. VI. Efforts to Obtain Competition: None. VII. Actions to Increase Competition: None. VIII. Market Research: Market research was accomplished by analyzing the ATSP3 contractors' capabilities and expertise to determine which contractors could meet the technical, cost and schedule requirements of this program. Lockheed Martin is the only company that provides aircraft specific AFFs. An aircraft specific AFF is required to meet the F-15 war fighter requirements. The cost and schedule impacts required to achieve AFF requirements would be prohibitive and add unacceptable risk to the program. IX. Interested Sources: Lockheed Martin Aeronautics Company X. Other Facts Supporting the Exception to Fair Opportunity: None XI. TECHNICAL CERTIFICATION: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. XII. REQUIREMENTS CERTIFICATION: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. XIII. FAIR AND REASONABLE COST DETERMINATION: "I hereby determine that the anticipated cost or price to the Government for this contract action will be fair and reasonable." Actions to insure reasonableness of the price will be accomplished using procedures and criteria contained in FAR 15.4. Cost and pricing data will be requested. Detailed documentation and justification of price reasonableness will be set forth in the Price Negotiation Memorandum. XIV. CONTRACTING OFFICER CERTIFICATION: "I certify that this J&A is accurate and complete to the best of my knowledge and belief."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-04-R-CET12-250/listing.html)
 
Place of Performance
Address: 1801 State Route 17C, Owego, New York, 13827-3998, United States
Zip Code: 13827-3998
 
Record
SN02865935-W 20120906/120904235611-0d20a033fb3c5e4668f14445fd5b0dd8 (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.