SOLICITATION NOTICE
R -- MQ-1 and MQ-9 A&AS Services
- Notice Date
- 10/7/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Archive Date
- 10/30/2010
- Point of Contact
- 703 AESG/SYK,
- E-Mail Address
-
703aesg.syk@wpafb.af.mil
(703aesg.syk@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Award Number
- FA8620-09-C-3014
- Award Date
- 9/30/2010
- Description
- I. Contracting Organization: Department of the Air Force Air Force Materiel Command Aeronautical Systems Center Medium Altitude UAS Division 2640 Loop Road West, Rm. 213 Wright Patterson AFB, OH 45433-7106 II. Description of Action: This Justification and Approval (J&A) is for acquisition of Civilian Manpower Equivalent (CME) services using other than full and open competition to support the MQ-1 Predator and MQ-9 Reaper programs for reasons of only one responsible source and no other supplies or services will satisfy agency requirements. The period covered is 1 October 2010 through 15 January 2011. Approval of this J&A will result in a Firm Fixed Price contract modification, adding scope, to an existing contract with Riverside Research Institute. The estimated amount of this J&A is $525,000. III. Description of Services: The MQ-1 Predator and MQ-9 Reaper weapon systems are unmanned, multi-role systems capable of operating over the horizon while providing armed reconnaissance, attack and near real-time intelligence information to the Joint Task Force Commander as well as vital 24-hour surveillance and Close Air Support (CAS) coverage for ground forces supporting critical national security objectives. The MQ-1 and MQ-9 are dynamically re-taskable weapon systems able to rapidly transition between reconnaissance, surveillance, target acquisition and attack missions. They adapt to all aspects of the "kill chain" (find, fix, track, target, engage and assess) for time-sensitive targeting. The MQ-1 Predator operates at medium altitudes and the MQ-9 Reaper at medium to high altitudes, integrating with joint air and space forces, as well as coalition and Allied Forces, to execute the Combatant Commander's priorities. The services being procured under this J&A include unique and sensitive requirements for CME which necessitate support from individuals with skills and operational experience. At this time, there is heavy reliance on contractor support with intimate knowledge. These tasks are required for both Medium Altitude UAS Division operations at Wright-Patterson AFB, OH, Medium Altitude UAS Division - Detachment 3 (Det 3) in Poway, CA and Medium Altitude UAS Division - Det 3 Operating Locations (OL) at Gray Butte, CA and Creech AFB at Las Vegas, NV. To avoid unacceptable delays and potential disruption of services, Riverside Research Institute is uniquely qualified to provide the required services in that they have in place, trained personnel with the required skill sets and knowledge of existing programs. This allows them to provide the required level of service without additional ramp-up time, and facilitates with no disruption to services while the final phase of the long term strategy is implemented. IV. Authority: Regulation 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. V. Applicability of Authority: Specific tasking to the Medium Altitude UAS Division comes from the Office of the Secretary of Defense (OSD), Secretary of the Air Force for Acquisition (SAF/AQ), Air Combat Command (ACC), Air Force Special Operations Command (AFSOC), the UAS General Officer Steering Group and other government entities such as the Department of Homeland Security and US Joint Forces Command. These vitally important and highly sensitive tasks directly support ground forces and air operations for Overseas Contingency Operations (OCO), Operation ENDURING FREEDOM (OEF) and Operation IRAQI FREEDOM (OIF). Many of the unique MQ-1 and MQ-9 capabilities, now so valuable to the warfighter, have and are continuing to evolve against a rapidly changing threat and countermeasures environment. This environment requires rapid innovations, the ability to change and the ability to react to unexpected interdependencies. Due to the pace of program execution and requisite knowledge of the programs and ACAT I requirements, all CME positions are considered highly specialized for purposes of supporting the needs of the program. This J&A will provide short-term, transition support until the CME positions can be filled via competitive vehicles. The impact of not having this short-term support would be an 80 day break in service of CME support. This break would do irreparable harm to the ongoing efforts within the program due to breaks in service and loss of continuity and program corporate knowledge. Any potential loss will result in delays and disruptions due to lost time and duplicative training. In summary, the system complexities, interrelationships and high degree of technical integration of the MQ-1 and MQ-9 programs create a need to continue with a follow on effort with the current highly specialized expertise and to transition the efforts to a competed contract vehicle in early January 2011. Accordingly, Riverside Research Institute is the only firm capable of providing the services described in Section III above without the Air Force experiencing unacceptable delays in fulfilling its requirements. VI. Efforts to Obtain Competition: All CME services within the Medium Altitude UAS Division operations at Wright-Patterson AFB, OH, Medium Altitude UAS Division - Detachment 3 (Det 3) in Poway, CA and Medium Altitude UAS Division - Det 3 Operating Locations (OL) at Gray Butte, CA and Creech AFB at Las Vegas, NV are transitioning to a competitive contract vehicle by early January 2011. VII. Fair and Reasonable Costs: The contracting officer will ensure that the cost of this acquisition is fair and reasonable in accordance with FAR 15.4. The Medium Altitude UAS Division currently has resources available to accomplish detailed engineering/technical analysis, quality assurance and cost/price analysis. The Medium Altitude UAS Division and Medium Altitude UAS Division - DET 3 technical personnel will perform detailed technical and/or task evaluations to determine the appropriate level of effort for this requirement. Defense Contract Audit Agency (DCAA) offices may be requested to provide analysis of proposed rates and provide field reports when determined necessary by the contracting officer. The rates used to award the original effort were audited by DCAA in 2009 and will be used to evaluate the reasonableness of the rates and price for the period of performance extension and additional work. VIII. Market Research: The current transition plan will maximize use of available competitive vehicles for acquiring support services. The main research will be focused on determining the best fit vehicle by which to procure the required services. Initial market research indicates that there are several competitive vehicles within DoD that may be able to provide the required services. The market research has identified the tasks that best align to the available competitively awarded contracts. IX. Other Facts: The Predator was initially developed as an Advanced Concept Technology Demonstration. The US Navy contracted for this particular Predator system and did not buy data rights. When the system transferred to the Air Force, it was directed to be managed under Big Safari's specialized management processes and logistics and engineering data for the system were not pursued or procured. Therefore, heavy reliance on contractor support with intimate system knowledge is essential. At this time, only Riverside Research Institute is known to have the necessary highly specialized and skilled personnel to meet the required tasks in time to support the mission without disruption and/or substantial duplicative training effort. X. Interested Sources: This requirement has not been made available to other contractors prior to the efforts being undertaken to transition to a competitive award and therefore there are not currently any known interested sources. XI. Steps to Foster Competition: This requirement will be transitioned to a competitive contract in January 2011. XII. Contracting Officer's (CO) Certification: The CO's signature on the J&A evidences she has determined this document to be both accurate and complete to the best of her knowledge and belief. XIII. Technical Requirements Personnel's Certification: As evidenced by their signatures on the J&A signature page, the technical and/or requirements personnel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a4d70d8b3fc16e27e05394cf9405b6e)
- Record
- SN02308231-W 20101009/101007234431-1a4d70d8b3fc16e27e05394cf9405b6e (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 |