SOLICITATION NOTICE
59 -- JUSTIFICATION & APPROVAL - Justification and Approval (J&A)
- Notice Date
- 9/5/2012
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- DLA Aviation and Missile Command (Missile), ATTN: DSCR-ZD, Bldg 5201, Martin Road, Redstone Arsenal, AL 35898-7340
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA212R0050
- Archive Date
- 10/5/2012
- Point of Contact
- Johnny Blake, (256) 876-0225
- E-Mail Address
-
DLA Aviation and Missile Command (Missile)
(johnny.blake@us.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- SPRRA212C0038
- Award Date
- 9/5/2012
- Description
- SPRRA212C0038 1. Contracting Activity This Justification and Approval to request authority for Other Than Full and Open Competition supports requirements generated for the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The contracting authority for this requirement is Defense Logistics Agency (DLA) Strategic Acquisitions Program - Huntsville, Alabama, DLA/AHA. The purchase request number supporting this contracting action is D12H4732Dl. 2. Description of the Action Being Processed Due to the circumstances described herein, this activity requests authority to acquire the spares listed in this document using Other Than Full and Open Competition as prescribed by FAR 6.302-1(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a new contract, which will be a finn-fixed price. This sole source requirement will be solicited from the following source: Raytheon Company, Integrated Defense Systems, Large Business 350 Lowell Street Andover, MA 01810 CAGE: 05716 NAICS: 334412 3. Description of the Supplies Required to Meet the Agency's Needs The Government proposes to acquire on a contract, for a quantity of20 Assembly, NSN: 5998-01-554-8205, Part Number: 11481655 Unit Price applicable to the M-D6 Patriot. The estimated contract value A firm-fixed price type contract utilizing Army Working Capital Funds, (Reparable) is contemplated. Production Lead-time without First Article Testing is 20 each, 19-21 Months After Contract Award. 4. Statutory Authority Permi tting Other than Full and Open Competition 10 U.S.C. 2304(c)(l), and FAR 6.302-l(a)(2), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. For DOD suppliers, this authority is extended to include; only one or a limited number of responsible sources. 5. Demonstration that the Contractor's Unique Qualification or Nature of the Acquisition Requires the Use of the Authority Cited Above The item in paragraph 3 requires engineering source approval by the design control activity in order to maintain the quality of the part. The Aviation and Missile Research, Development and Engineering Center (AMRDEC) Breakout Engineers have assigned the Acquisition Method Reason Code (AMRC) "3N" thereby requiring the item to be procured directly from the actual manufacturer. This acquisition is restricted to the manufacturer ofthe part requiring special test and/or inspection facilities. Breakout Engineering has assigned Acquisition Method Code (AMC) "3", which states, "Acquire for the second or subsequent time, directly from the actual manufacturer" and Acquisition Method Suffix Codes "N" states, "Manufacture of the part requires special test and/or facilities to determine and maintain ultra-precision quality for its function or system integrity." Accordingly, Raytheon Company is the only firm capable of providing the supplies and services described in Paragraph 3 above without the warfighter experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements. 6. Description of Efforts Made to Ensure That Offers Are Solicited From As Many Potential Sources As Deemed Practicable This requirement will be synopsized on Federal Business Opportunities (FedBizOpps) as required by FAR 5.201. The extent of competition anticipated is the source identified in paragraph 2. In an effort to obtain maximum competition, the synopsis will encourage firms that recognize and can produce the item described in paragraph 3 to identify themselves. The synopsis encourages firms to seek source approval in order to compete for future solicitations by accessing the AMCOM Competition Management Office website and looking under Standardized Aviation and Missile Source Approval Request (SAMSAR). Improving the competitive status of acquisition include review and screening under the procedures of the DOD Spare Parts Breakout Program, Defense Federal Acquisition Regulation Procedures, Guidance and Information (PGI) 217.7506. 7. Determination by the Contracting Officer That The Anticipated Cost to the Government will be fair and Reasonable The overall cost of this acquisition will be fair and reasonable to the Government. In accordance with FAR 15.404, it is anticipated that negotiations will be conducted using information other than cost and pricing data from the contractor. Thorough price analysis will be conducted using available information and approved pricing techniques that will support the contracting office in making a determination that the price paid to the contractor is fair and reasonable to the Government. 8. Description of the Market Research Conducted and the Results, or Statement of the Reasons Market Research was not Conducted Due to the non-competitive nature of the required item, no external market survey was conducted. It has been determined that the Government's need cannot be met by an item available in the commercial marketplace; therefore, FAR Part 12 will not be used. 9. Any Other Facts Supporting the Use of Other than Full and Open Competition This OEM is not willing to sell data rights to the Government, which means the technical data package, specification, and engineering description suitable for Full and Open Competition cannot be developed without reverse engineering. The Government has determined that reverse engineering is cost prohibitive. Procurement history below: PIINEFF. DATEQTYNET PRICECONTRACTOR W31P4Q05D002930.09.201120$11,058.00Raytheon SPRRA209C005115.09.200939$7,843.18Raytheon 10. List of Sources, If Any That Expressed Interest in the Acquisition See Paragraph 6 above. 11. A Statement of the Actions, if any, the Agency May Take to Remove or Overcome Any Barriers to Competition before Making Subsequent Acquisitions for the Supplies Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking under Standardized Aviation and Missile Source Approval Request (SAMSAR). Currently, there are no outstanding qualification requests on this item; however, this is a continuous method of identifying potential new sources of supply. 12. Contracting Officer's Certification The Contracting Officer's signature on the Coordination and Approval Document evidences that he/she has determined this document to be both accurate and complete to the best of his/her knowledge and belief. I hereby certify that the information contained in this justification is accurate and complete to the best of my knowledge and belief. This signature serves as the approval. Name: RONALD D. CONRAD Date: Title:Contracting Officer Signature:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dbcc2a791d0277858d5ce30e18a5070f)
- Record
- SN02868014-W 20120907/120906000638-dbcc2a791d0277858d5ce30e18a5070f (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 |