Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

10 -- P/N: 13023642, 7.62MM MANDREL - Justification and Approval (J&A)

Notice Date
3/29/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
332995 — Other Ordnance and Accessories Manufacturing
 
Contracting Office
TACOM Contracting Center - Rock Island (TACOM-CC), ATTN: AMSTA-AQ-AR, Rock Island Arsenal, Rock Island, IL 61299-7630
 
ZIP Code
61299-7630
 
Solicitation Number
W52H09-09-R-0208
 
Archive Date
4/28/2010
 
Point of Contact
Cassi Haynes, 309-782-4580
 
E-Mail Address
TACOM Contracting Center - Rock Island (TACOM-CC)
(cassi.haynes@us.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W52H09-09-C-0100
 
Award Date
6/25/2009
 
Description
W52H0909C0100 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION CMO # 09-348 1. Contracting Agency: U.S. Army TACOM LCMC (RI) Rock Island, IL 61299 7630. 2. Description of Action: This action will result in a Firm Fixed Price contract with Ripa Engineering Corp. Award is projected for the 3rd quarter FY09 and PA and AWCF funds will be used. An acquisition plan is not required because it does not meet the dollar threshold for an acquisition plan. 3. Description of Supplies/Services: 850 each 7.62mm Mandrel, P/N 13023642, 850 each 40mm Mandrel, P/N 13022752, and 850 each.50 Cal Mandrel, P/N 13022751 (NSNs not assigned yet). End Use: Boresight Kit for the Common Remotely Operated Weapons Station (CROWS) II XM153 System. The estimated value is $700,000.00. The proposed contract will include a provision for a 100 percent evaluated option resulting in a total estimated dollar value of $1,400,000.00. 4. Authority Cited: 10 USC 2304(c)(1), as implemented by FAR 6.302 1 (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). 5. Reason for Authority Cited: Procurement by other than full and open competition is necessary because a technical data package (TDP) suitable for competition is not currently available. The CROWS program fielded the CROWS I system and is now fielding the CROWS II system. CROWS I uses a boresight kit which is not accurate enough for the CROWS II system. Some off-shelf boresight alignment tools were procured initially for CROWS II. The high cost of these tools created a need to design a new boresight kit for the CROWS II program. The selected borescope for CROWS II is an 8X adjustable scope. This new scope is compatible with the Laser Borelight System (LBS) and has the required capability to be calibrated during use by the CROWS system operator. The LBS is associated equipment for all current boresight systems and provides a capability for selected specific steps during the overall boresighting process. Use of the 8X scope and the LBS requires adapting mandrels for the four different caliber weapons used on the CROWS II system. The CROWS II and associated Vanguard system requires multiple hundreds of boresight kits. Each system carries a boresight kit as Basic Issue Items (BII). The requirement for boresight kits parallels the 8X scope and the LBS. Mandrels and other kit parts must be available when scopes are delivered. The driving factor is production delivery and fielding of the CROWS and Vanguard systems. Scopes and LBS systems must be available when the CROWS and Vanguard systems are delivered due to the BII condition (1 for 1). Thus the 8X scope, CROWS and Vanguard system fielding schedule dictate when the remaining parts of the boresight kit must be available. Production delivery of quality mandrels has supported the CROWS II requirement to date. A new contract is required to keep deliveries of mandrels and other parts compatible with fielding of the CROWS and Vanguard systems. Competitive procurement is planned when the drawings become available. In the interim, the only available source for the new design mandrels is the original contractor - Ripa Engineering. Additionally, if awarded to any other contractor than Ripa, an additional six months is added to the procurement leadtime for first article testing. This contract will contain a provision for 100% option for each mandrel. The 100% option will only be exercised if the mandrels are needed before deliveries from a competitive procurement would be expected. BII products for these critical weapons assume the same level of priority as the weapons. The maintaining of this critical support of US Army equipment requires sole source procurement of the boresight mandrels from Ripa. Competitive procurement cannot be pursued until a procurable TDP becomes available which is estimated to be January 2010. The impact of not procuring the required boresight mandrels in a timeframe compatible with the fielding schedule for CROWS and Vanguard would be an inability of the systems to operate at 100% efficiency. Inaccurate boresighted weapons would severely decrease the ability to effectively engage selected targets. 6. Efforts to Obtain Competition: This procurement action has been synopsized in the FedBizOpps per FAR 5.201 to alert interested contractors and subcontractors. 7. Actions to Increase Competition: As stated above, Ripa Engineering delivered technical drawings under production contract W52H09-08-C-0145. The drawings are currently being reviewed by ARDEC engineering. The drawings will be completed and developed into Level III drawings suitable for competitive procurement, estimated for January 2010. 8. Market Research: A market survey conducted in March 2008 by the CROWS Logistic Management Specialist, AMSTA-LC-WSIC, for the mandrels for the CROWS II identified Ripa Engineering Corp. as a source. Contract W52H09-08-C-0145 was awarded to Ripa in July 2008 and they are currently in production of the 100% option quantities. The contract price included the cost to generate a drawing package for each configuration of mandrels. Using early draft drawings and sketches prepared by TACOM-RI maintenance personnel, TACOM-RI personnel and ARDEC engineers coordinated with the contractor to make prototype mandrels. The mandrels were tested and the designs accepted. The technical documentation is currently under review and development. As soon as the TDPs are complete, approved by ARDEC and deposited in the technical data repository, these items can become competitive. The date forecast for availability of a TDP suitable for competition is January 2010. Based on the market research conducted in March 2008, the government will have fully competitive drawings available in January 2010, therefore additional market research is not considered necessary. 9. Interested Sources: To date, no other sources have expressed an interest in writing. The notices required by FAR 5.201 will be published and any proposals received will be considered. 10. Other Factors: Procurement History: Contract: W52H09-08-C-0145 Contractor: Ripa Engineering Corp. Award Date: 09 July 2008 Competitive Status: Sole Source Authority: FAR 6.302 1 Control No.: ACB080059 11. Technical Certification: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Name: XXXXXX Date: 15 April 2009 Title: Actg Ch, Med Caliber, Demolitions & Trng Brnch Signature: //Signed// 12. Requirement Certification: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief. Name: XXXXXXXX Date: 15 April 2009 Title: Ldr Small Arms Group Signature: //Signed// 13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost for this contract action will be fair and reasonable based on cost/price analysis in accordance with FAR 14.5. Certified cost or pricing data will be required. Name: _Tim Donohoe_________________ Date: 27 April 2009 Title: _Contracting Officer______________ Signature: //Signed// 14. Contracting Officer Certification: I certify that this J&A is accurate and complete to the best of my knowledge and belief. Name: Tim Donohoe Date: 27 April 2009 Title: Contracting Officer Signature: //Signed// APPROVAL CMO # 09-348 Based on the foregoing justification, I hereby approve the procurement of 850 each 7.62mm mandrels, P/N 13023642, 850 each 40mm mandrels, P/N 13022752, and 850 each.50 Cal mandrels, P/N 13022751 for use on the CROWS II system, with a 100% evaluated option, at a total estimated value of $1,400,000.00, on an other than full and open competition basis pursuant to the authority of 10 USC 2304(c)(1), subject to the availability of funds, and provided that the services and property described herein have otherwise been authorized for acquisition. DATE: 4 May 2009 SIGNATURE: //signed// LA RUTH SHEPHERD Competition Advocate
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b735485df6862df7e777b2efe4371c3c)
 
Record
SN02105458-W 20100331/100329235011-b735485df6862df7e777b2efe4371c3c (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.