Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
SOLICITATION NOTICE

A -- SBIR Phase III Topic N08-014 Intelligent Repeatable Release Hold Back Bar

Notice Date
6/20/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Archive Date
7/15/2016
 
Point of Contact
Elaine M Lovering, Phone: 732-323-5221
 
E-Mail Address
elaine.lovering@navy.mil
(elaine.lovering@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-16-C-0169
 
Award Date
6/15/2016
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Agency and Contracting Activity. Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of Action(s) Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III contract to Creare LLC. Creare LLC, Mide Technology Corporation, and Michigan Aerospace Corporation were awarded Phase I SBIR contract numbers N68335-08-C-0222 on 15 May 2008, N68335-08-C-0220 on 7 May 2008, and N68335-08-C-0221 on 8 May 2008 respectively, resulting from Solicitation 08.1, Topic N08-014. Topic N08-014 was entitled, "Intelligent Repeatable Release Hold Back (RRHB) Bar." Creare LLC and Mide Technology Corporation were subsequently awarded Phase II SBIR contract numbers N68335-10-C-0261 on 17 May 2010 and N68335-10-C-0258 on 17 March 2010 respectively. Topic N08-014 sought the development of an innovative electronic system technology that would interface with the RRHB; count the number of shots on a RRHB; indicate the position of the reset indicators; record the release load pressure; provide the start point (real time) for a catapult launch; and hold a unique identifier (serial number) for each bar that could be read with a Personal Digital Assistant. The interface would be adaptable to various hold backs for multiple Naval aircraft platforms. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I and II efforts described in paragraph 2 and is research and development and engineering services for the continued advancement of a universal RRHB. The universal RRHB will be compatible on multiple Naval aircraft platforms that currently use repeatable bars such as T-45; F/A-18C/D; F/A-18E/F; EA-18G; and F-35. Specifically, the contractor will continue development of the RRHB design; build RRHB prototypes; and test the RRHB prototypes in a lab environment on test apparatus. This effort will be contract N68335-16-C-0169. 4. Identification of Statutory Authority. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period." Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only Creare LLC is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a) (7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the order executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and II. 9. Any Other Supporting Facts. Not applicable. 10. Listing of Interested Sources. Not applicable. 11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: Nine months Option I: Twelve months Option II: Twelve months 13. Total Estimated Dollar Value of the Acquisition Covered by this J&A, with Funding Specified by Year and Appropriation. 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis. No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only Creare LLC is being considered for Phase III award due to the nature of the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db1cfe3a0bea4ec19ddbe03d2835bd8b)
 
Place of Performance
Address: Hanover, New Hampshire, 03755, United States
Zip Code: 03755
 
Record
SN04155958-W 20160622/160620234938-db1cfe3a0bea4ec19ddbe03d2835bd8b (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.