Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
AWARD

25 -- UNMANNED MOVING TARGETING SYSTEM

Notice Date
5/19/2015
 
Notice Type
Award Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
CRTC-Alpena/MSC Office, Michigan Air National Guard, 5884 A Street, Alpena, MI 49707-8125
 
ZIP Code
49707-8125
 
Solicitation Number
W912JB-15-T-8003
 
Archive Date
4/14/2016
 
Point of Contact
Jonathan Bodus, 269-969-3363
 
E-Mail Address
CRTC-Alpena/MSC Office
(jonathan.bodus@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912JB-15-P-8009
 
Award Date
5/8/2015
 
Awardee
KAIROS AUTONOMI, INC. (612224886) <br> 500 W 8360 SOUTH <br> SANDY, UT 84070
 
Award Amount
$148,394.61
 
Line Number
0012
 
Description
This contract action was accomplished using other than competitive procedures because there is only one responsible source due to a unique capability provided, and no other supplies or services will satisfy agency requirements (FAR 6.302-1). See posted J&A for further information. Justification and Approval for Other Than Full and Open Competition Justification - Sole Source Justification 1. Contracting Activity: 110 MSG/MSC 3545 Mustang Ave Bldg 6900, Rm 204 Battle Creek, MI 49037 2. Description of Action: a. Requirement: Tele-op Only System and Communications Repeater Station b. Contract Type: Firm Fixed Price c. Contractor: Kairos Autonomi d. Estimated Cost: $100,000 e. Form 9 # F6A1GR5076A010 3. Description of Supplies/Services: The purpose of this requirement is to enhance the existing unmanned moving targeting system that exists at the Grayling Range and create a new unmanned targeting system for the water range over Lake Huron. The intent is to be able to move targets around the field and allow aircraft to target and shoot at them, and in so doing, create a more realistic training scenario. To do so, the government intends to introduce robotic, remote control devices to various type vehicles that can tow targets unmanned around the Range. The intent of this requirement is to add a third vehicle to the existing land system, convert three jet skis into remotely operated vehicles for the water range, and replace the system radios with Silvus SC3500 MIMO which have a much stronger signal and better coverage of the ranges in which they operate. Additionally, the system being designed is transferable from the land range to the water range. Meaning, they can take the hardware from one location to the next. The radios that operate the land vehicles can be taken out and installed on the jet skis for water range operations. 4. Authority Cited: The applicable FAR reference is 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements; (a) Authority. (1) Citations: 10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1). (2) When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. 5. Reason for Authority Cited: The existing hardware and software required to remotely operate an unmanned vehicle or vessel is made by Kairos Autonomi. NGB awarded a contract to Kairos Autonomi in FY12 (W9133L-12-F-0113), which was a competitively bid project to purchase 12 EA unmanned moving targeting systems for various national guard ranges across the US. The value of the contract was $625,902.00 ($52,158.43), and each system established the necessary infrastructure for the system to operate. In addition to the engineering effort, the site training and support, and installation, the system included the following hardware components: a.Pronto4 Tele-op Only w/ reduced CPU b.Cable Installation Kit (electrical, mechanical cabling and bracketing) c.Operator Control Unit (OCU) d.Steering Ring and Motor Module e.Vehicle Integration Module f.Roof Rack w/ low grade GPS sub-system, low lux camera, and dual band radio g.An SUV type vehicle This contract effectively established Kairos Autonomi as the standard for NGB range unmanned moving targeting systems, and they maintain the their proprietorship over the system. Any subsequent contract action would have to be compatible with Kairos Autonomi in order to be considered. In FY13, the Range purchased an additional Pronto4 system to convert another SUV to add to this system under W912JB-13-F-9004 for $17,826.14, which essentially converted a SUV into a remote control vehicle to tow targets. This contract was likewise awarded to Kairos Autonomi under their GSA schedule. This action was processed as a sole source action. 6. Efforts to Obtain Competition: A Notice of Intent was issued on FedBizOpps on 15 Apr 2015 to notify the industry of the government's intent to contract with Kairos Autonomi. No responses were received. Market research has indicated that no other manufacturer is compatible with Kairos Autonomi robotic equipment. Similar contracts have been awarded by other DoD agencies to Kairos, and these actions have likewise been sole source acquisition (see N00019-11-C-0028 awarded by the Navy). In accordance with FAR 6.302-1(a)(2)(iii), there would be a substantial duplication of costs to consider other manufacturer's equipment in order to make the system functional. This effort would not be prudent as these costs cannot expect to be recovered, and only further delay to the project. 7. Actions to Increase Competition: N/A 8. Market Research: Market research has determined that these items are not available on a GSA schedule and will be procured as commercial open market items. 9. Interested Sources: In accordance with FAR 13.501(a)(1), this J&A will be posted on the website of the ordering activity agency for a minimum of 30 calendar days to notify all competing venders of this decision to limit sources. All interested sources will able to challenge this decision for future consideration. 10. Determination of Fair and Reasonable Pricing: In accordance with FAR 13.106-3(a)(2), price reasonableness will be established based on a combination of several price analysis techniques including market research, comparison with prices found reasonable on previous purchases, price lists, and other reasonable means. Kairos Autonomi has been awarded numerous government contracts including a GSA schedule for similar equipment, which will be used for comparisons. _________________________________ MICHAEL RAUSCH, TSGT, MI ANG NCOIC Communications Grayling Air Range Date: __________________________________ MATTHEW TRUMBLE, LT COL, MI ANG COMMANDER, Grayling Air Range Date: I certify that this justification is accurate and complete to the best of my knowledge and belief. ___________________________________ JONATHAN BODUS, SMSGT, MI ANG Base Contracting Officer Date: 13 May 2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-3/W912JB-15-T-8003/listing.html)
 
Record
SN03735830-W 20150521/150519235147-b4a03f0db5bbe404ff77de76e9fe644d (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.