SOLICITATION NOTICE
D -- PEM Aircraft Systems & Flight Crew Requirements
- Notice Date
- 8/27/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 928110
— National Security
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division (3QZA), 20 North 8th Street, The Strawbridges Building, Philadelphia, Pennsylvania, 19107, United States
- ZIP Code
- 19107
- Solicitation Number
- R3104323
- Archive Date
- 9/19/2010
- Point of Contact
- Jacqueline T Stanback, Phone: 215-446-5839, Teresa A, Itri, Phone: 2154464898
- E-Mail Address
-
jacqueline.stanback@gsa.gov, teresa.itri@gsa.gov
(jacqueline.stanback@gsa.gov, teresa.itri@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GST0310DS8045
- Award Date
- 8/20/2010
- Description
- LIMITED SOURCE JUSTIFICATION In accordance with FAR 8.405-6 Limited Sources Justification and Approval Control Number R3104323 This acquisition will be conducted under the authority of the Multiple Award Schedule Program. (e)(2)(i) Requiring Agency and Contracting Agency. The requiring activity is the Headquarters Air Combat Command/Directorate of Requirements (ACC/A8), Langley AFB, VA 23665. The contracting activity is GSA/FAS, 3Q Mid-Atlantic Region; Philadelphia, PA 19107-3191. (e)(2)(ii) Nature/Description of Action. The action being approved is a single source (Limited Source Justification) for a time & materials type task order under a GSA PES Schedule contract (GS-23F-0180K) to L-3 Services (L-3). This task order will support ongoing Aircraft Systems & Flight Crew Requirements support for ACC/A8. This task order will allow for an extension of the required contractor support from August 22, 2010 through February 21, 2011. This support was formally R3063065 in ITSS (expiring August 21, 2010). (e)(2)(iii) Description of Services. L-3 Services will support ACC/A8 C2ISR integration and its Program Element Monitoring (PEM) responsibilities for a number of aircraft platforms. ACC/A8 is responsible for three 707/C-135 derivative surveillance aircraft (E-3, E-8, and RC-135) facing similar aging aircraft readiness issues. Key concerns include Communications, Surveillance, Navigation / Air Traffic Management (CNS/ATM), engines that provide marginal performance and no longer comply with environmental regulations, cockpit modernization, flight crew composition, DMS and aging aircraft RM&A, flight simulators and aircrew training, new HHQ directed communication requirements, large aircraft self defense / self protection, and unexpected system failures. To a large extent, these aircraft system and flight crew requirements prevail in the other aircraft under ACC/A8 requirements management (E-4, U-2, and EC-130s). Some of these C2ISR integration and requirement issues extend to C2ISR UAVs (e.g., CNS/ATM) and certainly to future C2ISR manned platform options (e.g., E-10A/B). Since C2ISR addresses the total "weapon system", aircraft systems and flight crew issues compete with C2ISR mission systems in the POM and other funding processes. At present there are no rated pilot staff officers in ACC/A8 to provide the aircraft systems/flight crew expertise and to focus on related issues that are the responsibility of the C2ISR and in the OSD/HQ USAF spotlight. The estimated cost of this effort is $93,923.23 for the total six(6)-month extension. (e)(2)(iv) Justification Rationale In accordance with FAR 8.405-6 (b) (2) The new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order was not previously issued under sole source or limited source procedures; it was a competitive action. L-3 has been performing on this task since 2005 and their support is vital to the Government's success. The contractor provides expert technical and experienced support, for the integration and PEM responsibilities for a number of aircraft platforms. Since, ACC/A8 must comply with the OMB mandated RMD-802, which directs DoD agencies to convert one-third of the contractor FTEs to civilian billets, this contractor support will no longer be required in the near future. The government was unable to convert both FTEs before the current task order expires, so an extension of this effort is required to continue the necessary support for another six (6) months. That constitutes the need for a logical follow-on. (e)(2)(v ) Fair and Reasonable Price Determination. A technical evaluation will be completed by the assigned GSA ITM, and the Contracts Specialist and Contracting Officer will complete the price evaluation. Price reasonableness will be documented in the award memo. In accordance with FAR Subpart 8.4, GSA has already determined the prices to be fair and reasonable since they are derived from and reflect the actual prices in the GSA schedule. The Contracting Officer has determined that all of these efforts will result in the greatest overall benefit to the Government in response to the requirement, attaining the best value. (e)(2)(vi) Market Research. Market Research was conducted in accordance with FAR 10. A review of the GSA schedule contractors and the scope of L-3's contract showed that the contractor (L-3) offers the required services under GSA contract number GS-23F-0180K. The GSA schedule prices listed above for the Government's estimate are representative of using L-3's GSA schedule GS-23F-0180K skill levels. Although many contractors have, the same or similar labor categories as those of L-3 ; only L-3 has the knowledge, expertise, and experience to meet the Government's immediate short-term need of this requirement with the expected quality, reliability and expertise. (e)(2)(vii) Other Factors. None. (e)(2)(viii) Actions to Remove or Overcome Any Barriers from Competition. ACC/A8 is currently researching what new time & materials products and information are available in preparation of competing this requirement, which will enable other contractors to participate in the satisfaction of this need. (e)(2)(ix) Contracting Officer Certification. I hereby certify that this justification is accurate and complete to the best of my knowledge and belief. Teresa Itri _________________ 07/21/2010 Contracting Specialist GSA/FAS Jacqueline T. Stanback ________________ 07/21/2010 Contracting Officer GSA/FAS (e)(2)(x) Technical Certification. I certify that the supporting data under my cognizance, which are included in this Limited Source Justification, are accurate and complete to the best of my knowledge and belief. Susan Cameron _/s/ Susan Cameron 0 7/21/2010 Information Technology Manager GSA/FAS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cc38781b7e255f2fdbff03a3b2564e6b)
- Place of Performance
- Address: Langley AFB, Langley, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN02258807-W 20100829/100828000101-cc38781b7e255f2fdbff03a3b2564e6b (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 |