Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2019 FBO #6321
SPECIAL NOTICE

J -- AFICA MOKKITS Sustainment - NOTICE OF INTENT TO AWARD A SOLE SOURCE

Notice Date
3/13/2019
 
Notice Type
Synopsis
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
AFICA - AFICA- PACAF
 
ZIP Code
00000
 
Solicitation Number
MOKKITS_SUSTAIN_1
 
Response Due
3/28/2019
 
Point of Contact
Patrick Heppard, Phone 808-471-4632, - Dawn Robinson, Phone 808-471-4256
 
E-Mail Address
patrick.heppard@us.af.mil, dawn.robinson.5@us.af.mil
 
Small Business Set-Aside
N/A
 
Description
766th Specialized Contracting Squadron (766 SCONS), Strategic Acquisitions Flight (PKZ), on behalf of Headquarters Pacific Air Forces (PACAF) Operational Support Division Weapons/Tactics & Ranges (A3TW), intends to issue a follow-on contract using other than full and open procedures to the one responsible source under the authority of FAR 6.302-1(a)(2)(iii) -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, on/about 1 October 2019, to Cubic Defense Applications via a new contract action. PURPOSE: In accordance with (IAW) FAR 5.203(a) -- Publicizing and Response Time, when the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302, the agency must transmit notice of the proposed action to the Government Point of Entry (GFE) known as Federal Business Opportunities (FBO) at www.fbo.gov to be published for at least 15 days before issuance of the solicitation or proposed contract action. After receiving the initial agency requirements that were pursuant to FAR 11.105 -- Items Peculiar to One Manufacturer, the agency conducted a request for information to allow for the understanding of if the Government's needs could be met by items of a type customarily in the commercial marketplace, customarily in the marketplace with modifications, or items used exclusively for governmental purposes following FAR 10.002(b)(1)(i). From the initial feedback being received only from the original source, the service fell in accordance with FAR 6.302-1, where supplies or services required by the agency are available from only one responsible source. IAW DFARS PGI 206.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought, and shall include the results of this inquiry in the justification required by FAR 6.303. After the initial request for information received only one response from the original provider of the service, the contracting officer posted a follow-up request for information describing the intent to sole-source. The intent was due to the current response from private industry leading to FAR 6.302-1(a)(2)(iii), where services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in: 1) substantial duplication of cost to the government that is not expected to be recovered through competition and 2) unacceptable delays in fulfilling the agency's requirements. Again, only the original source responded to the second request for information. The resulting information will be used to request approval of the justification IAW FAR 6.304 for other than full and open competition to utilize authority under FAR 6.302-1. DESCRIPTION OF SERVICES: The MOKKITS provides realistic Air Combat Training to the warfighter and employs instrumentation on high activity participant aircraft and ground subsystem components. The system contains an air-to-air data link on ultra high frequency for sharing participant GPS based time-space-position-information and is capable of both range-less and ground-based live monitor operations. The contractor shall provide the following IAW the performance work statement (PWS): configuration management, sustainment engineering, logistics, and provide approximately 96 KITS airborne instrumentation pods and maintain functionality of approximately of the 47 government furnished KITS airborne instrumentation pods and four (4) Surface Instrumented Sub-system (SIS) / Real Time Server (RTS) located at the following four (4) locations: Misawa AB, Japan; Osan AB, Republic of Korea; Kunsan AB, Republic of Korea; and Kadena AB, Japan. Note, the SIS/RTS at Osan AB is not currently installed, but is expected to be in place by start of contract period of performance. The KITS airborne instrumentation pods utilize proprietary technical data by Cubic Defense Applications to perform information processing over ultra high frequency that the Government has limited and restricted rights towards. PERIOD OF PERFORMANCE: One (1) 12 month base period year and four (4) 12 month option periods. The resultant contract award will include FAR Clause 52.217-8, Option to Extend Services for a period of performance not to exceed a six (6) month extension of services. The total period of performance shall not exceed five (5) years and six (6) months. OTHER THAN FULL AND OPEN COMPETITION: The agency has identified circumstances which may permit other than full and open competition IAW FAR 6.302-1(a)(2)(iii) -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. For DoD services, they may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in: 1) substantial duplication of cost to the Government that is not expected to be recovered through competition and/or 2) unacceptable delays in fulfilling the agency's requirements. INFORMATION REQUESTED: Interested sources shall provide sufficient detailed information and an explanation(s) to allow the agency to: 1) determine its capabilities to perform the highly specialized services, recent, and relevant past performance IAW the attached draft PWS 2) compare the anticipated duplication of costs the government would/could expect to incur to create competition 3) provide estimated potential cost savings the interested source expects to be save the government and how the savings can be recovered through subsequent competition 4) provide a detailed explanation for how the interested source derived their cost savings estimates 5) describe why they believe such proposed efforts are or maybe a reduction in the substantial cost duplication to the government 6) provide detailed information and explanation(s) to address the agency's anticipated unacceptable delays and 7) identify at least two firm schedule limitations (developed by the interested source) and the proposed procedures to mitigate government risk(s), which can be reasonably expected to be associated with this highly specialized contract requirement. The information received will be used to determine if the agency can request approval to award, as being available only from the original source in the case of a follow-on contract for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and/or unacceptable delays in fulfilling the agency's requirements. ACTIONS TO INCREASE COMPETITION: The government made the following attempts to increase competition. 1. Use of existing P5 Combat Training System (P5CTS) airborne instrumentation pods were considered on 20 June 2018. The system air-to-air data link does not run on approved frequencies for host nations. 2. Modifying existing P5CTS airborne instrumentation pods was considered on 28 Feb 2019, but two issues arose: (1) P5CTS airborne instrumentation pods have not been modified before to add a different data link frequency and (2) if possible, would take approximately 4 years of production time to match the current quantity level of KITS airborne instrumentation pods. 3. Purchase of KITS technical data package was considered on 27 Feb 2019, however, there are no expectations of receiving increase in funding. 4. Two RFIs were posted on FBO occurring 24 Jan 2018 to 6 Feb 2018 (14 days) and 23 Jan 2019 to 25 Feb 2019 (34 days). The North American Industry Classification System (NAICS) code for this requirement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; with a small business size standard of 1,250 employees. CHANGE IN NAICS CODE: IAW FAR 19.102(c), for size standard purposes, a product or service shall be classified in only one industry, whose definition best describes the principal nature of the product or service being acquired even though for other purposes it could be classified in more than one. The NAICS was changed from 488190 - Other Support Activities for Air Transportation, where the industry comprises establishments primarily engaged in providing specialized services for air transportation reflected by aircraft maintenance and repair (except factory conversion, factory overhaul, and factory rebuilding). The nature of the service instead falls within 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, where KITS tracks and captures time-space-position-information of participating aircraft. RESPONSE DUE DATE: The response date for this notice is at 1700 Hawaii Standard Time, 15 days after the publication date that appears on FBO. No calls will be accepted. Respondents for this notice shall first add themselves as an 'Interested Vendor' through FBO ( www.fbo.gov ) of the notice and submit a written inquiry via e-mail to both of the government points of contact (POC): Ms. Dawn Robinson, Contracting Officer, at dawn.robinson.5@us.af.mil, and Mr. Patrick Heppard, Contract Specialist, at patrick.heppard@us.af.mil. Email shall contain the following subject line: SUBJECT: NOTICE OF INTENT TO SOLE SOURCE MOKKITS SUSTAINMENT. Interested sources must provide a response via email to both POCs. CONFIDENTIALITY: No classified, confidential, or sensitive information, or proprietary information shall be included in your response. DISCLAIMER: This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. A determination by the Government to limit competition will be made in accordance with FAR 6.3. Approval to award without competition is solely within the discretion of the Government. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/bfe0970d65766972ef2ebce35f3bc525)
 
Place of Performance
Address: Misawa AB, Japan; Osan AB, Republic of Korea; Kunsan AB, Republic of Korea; and Kadena AB, Japan.
Country: JP
 
Record
SN05248425-F 20190315/190313230047 (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  © 1994-2020, Loren Data Corp.