Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2018 FBO #5978
SOLICITATION NOTICE

18 -- FA9453-18-C-0019-Availability of the Justification pursuant to FAR 6.305 for Contract Award, Space Qualified Atomic Clock - Additional Risk Analysis and Documentation - J&A PCO Redacted FA9453-18-C-0019

Notice Date
4/4/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Archive Date
5/31/2018
 
Point of Contact
Francis M. Eggert, Phone: 5058467603, Alexandria Holman, Phone: 505-8465011
 
E-Mail Address
Francis.Eggert@us.af.mil, Alexandria.Holman@us.af.mil
(Francis.Eggert@us.af.mil, Alexandria.Holman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA9453-18-C-0019
 
Award Date
4/3/2018
 
Description
J&A PCO Redacted FA9453-18-C-0019 dated 4 April 18 4 April 18 TO: Whom It May Concern Subject: Availability of the Justification pursuant to FAR 6.305 for Contract Award, FA9453-18-C-0019, Space Qualified Atomic Clock - Additional Risk Analysis and Documentation 1. Pursuant to FAR 6.302-1 (a) (2) (iii) - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements being executed under the Strategic, Atomic, Navigation Devices and Systems (SANDS) Program within the Battlespace Environment Division (AFRL/RVB), Air Force Research Lab (AFRL), Space Vehicles Directorate (AFRL/RV). 2. The two announcements we intend to submit to OSD for publication on 3 April 18 and award. FA9453-18-C-0019. Frequency Electronics Inc. (FEI), Uniondale, New York, has been awarded $17,760,327 cost-plus-fixed-fee contract for research and development work efforts. This contract provides for detailed risk analysis and documentation of the advanced design of a laser based pulse optically pumped rubidium physics package suitable for space flight in support of the technical work performed under contract FA9453-18-C-0044. Work will be performed in Uniondale, New York, and is expected to be complete by Sept 24, 2025. This award is the result of a sole-source acquisition. Fiscal year 2018 research and development funds in the amount of $1,640,000 are being obligated at the time of award. Air Force Research Laboratory Detachment 8, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-18-C-0019). 3. PCO Redacted J&A. I. Contracting Activity. The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (AFRL/RVB) is in the process of awarding contract FA9453-18-C-0044 for the design, development, test, flight and experimentation of a Space-Qualified Atomic Clock (SQAC) to Frequency Electronics Inc,. (FEI), a Small Business (SB). Subsequent to the selection of the FEI proposal for award, a determination was made that additional risk analysis work must be completed on the Space-Qualified Atomic Clock to be developed under FA9453-18-C-0044. The additional risk analysis work and documentation is a mission critical requirement in order to permit the SQAC to fly on a Global Positioning System (GPS) Space Vehicle (REDACTED). Flying the SQAC will allow for the partial maturation of the design to operational system standards and is expected to aid in the transition of the SQAC technology to satisfy the Government's operational needs. In order to accommodate the only viable launch date (GPS-III SV-10 is the last satellite in that series), the effort for risk analysis and documentation will be performed in parallel with the design and development effort under contract FA9453-18-C-0044. This Individual Justification and Approval (J&A) document is for Other Than Full and Open Competition, pursuant to 10 USC 2304(c)(1) as implemented by FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy the Agency's Requirements. (REDACTED) II. Nature and/or description of the action being This contemplated contract will be awarded as Cost Plus Fix Fee (CPFF) contract for a 90-month period of performance. The anticipated period of performance allows for a launch slip of up to one year if circumstances require. The period of performance of the contemplated sole source contract is designed to run in parallel with the period of performance of the effort under FA9453-18-C-0044 for the design, development, test, flight and experimentation of a Space-Qualified Atomic Clock (SQAC). (REDACTED) III. Description of supplies/services required to meet agency needs. Under the contemplated contract, FEI will provide risk analysis and key mission critical documentation required by SMC Standards (REDACTED) that will satisfy the SMC acquisition systems standards required by Air Force Space Command (AFSC) in order to fly the SQAC on a Global Positioning System (GPS) Space Vehicle. (REDACTED). The 90-month period of performance is specifically designed to run in parallel with the SQAC development efforts. The risk analysis effort includes activities at each of the major development reviews, unit builds and on-orbit test campaigns SMC Standards. (REDACTED) Specifically, under the contemplated sole source CPFF contract (FA9453-18-C-0019), Frequency Electronic Inc. (FEI) is expected to provide highly specialized engineering expertise necessary to perform the risk analysis and documentation required to allow the SQAC to fly on a GPS space vehicle. (REDACTED). The period of performance of the contemplated sole source contract (FA9453-18-C-0019) is 90 months from the date of award. The CLINs for the proposed Statement of Work (SOW) for the contemplated sole source contract closely matches those of the contract for the design, development, test, flight and experimentation of the SQAC (FA9453-18-C-0044), which is being awarded to FEI under the SQAC BAA-RVKV-2016-0002. (REDACTED). The following CLINs are expected to be included in the anticipated sole source: -System Requirements Review ARAD (CLIN 0001) -Preliminary Design Review ARAD (CLIN 0002) -Critical Design Review, ARAD (CLIN 0003) -Test Readiness Review ARAD(CLIN 0004) -Functional Configuration Audit (FCA) and Physical Configuration Audit (PCA) ARAD, (CLIN 0005) -Final Brassboard and Test Results ARAD, (CLIN 0006) -Space Experiment Flight Unit (SEFU) & Ground Test Unit (GTU) - Fabrication & Assembly ARAD (CLIN 0007) -Acceptance and Qualification Testing ARAD (CLIN 0008) -Flight Experiment Integration, Test, Operations Support ARAD (CLIN 0009) -Travel (CLIN 0010) -Final Report (CLIN 0011) -Interface Control Documentation (CLIN 0012) IV. Statutory authority permitting Other than Full and Open Competition. 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2) Only One Responsible Source and no other supplies or services will satisfy agency requirements. V. Demonstration that the contractor's unique qualifications or nature of the acquisition requires the use of the authority cited above (applicability of authority). The effort under the contemplated sole source contract will be performed in parallel with the design, development, test, flight and experimentation effort for the Space Qualified Atomic Clock (SQAC) under contract FA9453-18-C-0044. FEI was selected for award of contract FA9453-18-C-0044 after submitting a proposal to the Broad Agency Announcement (BAA) for a Space Qualified Atomic Clock (SQAC)(BAA-RVKV-2016-0002) released in October 2017 using full and open competition. FEI's POP RAFS" (Pulsed Optically Pumped Rubidium Atomic Frequency Standard) space-qualified clock design technical risk and it is expected to resolve current problems with space-qualified clock parts obsolescence issues, on-orbit timing anomalies and will provide an advanced timing source necessary to support AFRL requirements. (REDACTED). FEI has highly specialized technical personnel who are experienced at space qualification of electronics, oscillators, and atomic clocks. (REDACTED). FEI has produced local oscillators for numerous ground and space-based clocks for such customers as the DoD and NASA. FEI's well-qualified personnel are necessary to successfully carry out the design, development, testing, and experimentation of the "POP RAFS" space-qualified clock effort under FA9453-18-C-0044, as well as for performing the required risk analysis and documentation required under the contemplated sole-source contract. (REDACTED). By executing two parallel contracts, one for Science & Technology (S&T) work efforts and one for the AFSPC additional risk analysis and key documentation, AFRL/RVB will be able to meet the schedule and documentation requirements for flying the SQAC system on a GPS space vehicle. (REDATCED) VI. Description of efforts made to ensure that offers are solicited from as many potential sources as practicable. (REDACTED). AFRL completed two major market research actions to solicit as many potential sources as possible: (1) a complete SQAC market research, and (2) the release of a Space Qualified Atomic Clock (SQAC) BAA solicitation in Oct 2016. Further, the Contacting Officer has verified that FEI's System for Award Management (SAM) NAICS Code is currently: 541715, and is equivalent to 541712, which was changed on 1 Oct 17 by the government for administrative purposes. On 10 November 15, AFRL completed a exhaustive market research into SQACs. The findings of this market research identify three (3) large business contractors who have demonstrated the capability of meeting the requirements necessary for developing the Space Qualified Atomic Clocks. This report is based upon AFRL's literature search conducted in November 2015 and the assessment of twelve (12) industry responses to a posted RFI. The responses included eleven (11) Statements of Capability (SOC) and one (1) letter of self elimination from Space Dynamics Laboratory (SDL). (REDACTED) VII. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. The contracting officer has pursuant to the the FAR 9.104, determined FEI to be a responsible source. The contracting officer will utilize Price and Cost Analysis as a methods for determining fair and reasonable price on this sole source proposal for FA9453-18-C-0019. Additionally, fair and reasonable price will be determined in accordance with FAR 15.404-1, Proposal Analysis Techniques. Further, the contracting officer has received Payroll Data for Direct Labor Rates and use of DCAA audits, technical evaluations, and other documentation to help the contracting officer determine fair and reasonable price. In addition, AFRL has done an extensive cost and pricing analysis on the anticipated CPFF for this effort. The Contracting Officer determined that the overall anticipated cost of this effort was fair and reasonable for the work proposed. (REDACTED) VIII. Description of the market research conducted and the results, or a statement of the reasons market research was not conducted. As described in Section VI above, market research, in accordance with FAR Part 10, was conducted for the SQAC design and development effort. Because the effort under the contemplated sole source contract must be performed in parallel with the underlying design and development effort, the contractor performing the design and development effort must also complete the risk analysis and documentation effort. Therefore, no additional market research was conducted. IX. Any other facts supporting the use of Other Than Full and Open Competition. Currently, there are no additional facts to support the use of other than full and open competition. X. List of sources, if any, that expressed interest in the acquisition. See Section IV above. XII. Certification by the Contracting Officer. As evidenced by my signature above, I have determined this document to be both accurate and complete to the best of my knowledge and belief. XIII. Certification by the technical/requirements personnel. As evidenced by my (our) signature(s) above, I (we) certify that any supporting data contained herein, which is my (our) responsibility, is both accurate and complete. //SIGNED// FRANCIS M. EGGERT, GS-13, DAF, USAF Contracting Officer Phone: (505) 846-7603 E-mail: Francis.Eggert@us.af.mil 3. FA9453-18-C-0044 Award Posting on 3 Apr 18. Frequency Electronics Inc. (FEI), Uniondale, New York, has been awarded a $19,403,228 cost-plus-fixed-fee contract for the research and development of a high performance space qualified atomic frequency standard. This contract provides for applications to timing capabilities for Air Force space systems, ultimately to demonstrate a space-qualified clock aboard a spacecraft flight experiment. Work will be performed in Uniondale, New York, and is expected to be complete by Sept. 24, 2025. This award is the result of a competitive acquisition, and seven offers were received. Fiscal year 2018 research and development funds in the amount of $530,348 are being obligated at the time of award. Air Force Research Laboratory Detachment 8, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-18-C-0044).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49a0dffdd6256f3f89ada4fd1705a187)
 
Place of Performance
Address: 3550 Aberdeen Ave SE; Attn: Mr. Francis M. Egger; Building 570; Suite 1160, Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04877526-W 20180406/180404230913-49a0dffdd6256f3f89ada4fd1705a187 (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.