Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2016 FBO #5165
SOLICITATION NOTICE

31 -- SUPPLIES

Notice Date
1/12/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4A616Q0030
 
Archive Date
2/10/2016
 
Point of Contact
Carroll D. Marshall, Phone: 8042792286
 
E-Mail Address
carroll.marshall@dla.mil
(carroll.marshall@dla.mil)
 
Small Business Set-Aside
N/A
 
Award Number
SPE4A616M5516
 
Award Date
1/11/2016
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN C0~1PETITION FOR SOLE SOURCE ANO LIMITED COMPETITION I. Agency: DEFENSE LOGISTICS AGENCY Contracting Activity: _F_Av _______________ Document Identification Number: _oo_s_soo_12_6_3- ----=-Solicitation Number: _s_Pe~· 4_A0_1_s_ooo_ Jo_ ooo_1 - ------- --- 0 FMl Part 15 D FAR Part 12 ' IEJ FAR Part 13.5 2. The action being approved is the acquisition of supplies/services on other than a full and open competition basis. D New Action IEJ Amendment: -SPE-4A-s1eo-oo3-000-01 ----------------- - 3. The supplies/services required to meet the using activity's needs are described as follows: BRIEF DESCRIPTION HOUSlll:G BEARING UNIT NSN/PN 3130016164014 QUANTITY 10 •If too numerous, a!lnch list ofNSNs and AMSC codes. This acquisition: lEJ will not include and option. D will include a _ __ % option for increased quantity. Total estimated dollar value of option quantity is$ ____ _ D will include an option to extend the tenn of the contract for a period of months, exercisable in increments of ___ months. Total estimated dollar value of all option periods is$. The maximum doUar value of all option periods is $ ______ _ The total estimated dollar value of this acquisition is: (inclusive of any options) $ ______ _ The maximum dollar value of this acquisition is: (inclusive of any options)$ _______ _ 4. The statutory authority pennitting other than full and open competition is 10 U.S.C. 2304( c)( 1 )- Available from only one or limited number of sources. 5. Tbe acquisition is restricted to the only source(s) of supply known to have the capability of furnishing the required supplies/services. Sourcc(s) are: CAGE IPNP7 COMPANY NAME OURAMAX MARINE. llC The use of authority 10 U.S.C. 2304(c)(I) is based on: IEJ Ai\llC I. Suitable for competitive acquisition for the second or subsequent time. D D AMC 2. AMC 3. D AMC4. D D D 0 0 D Ai\1C 5. AMSCA. AMSC B. AMSC C. AMSC D. AMSC H. Suitable for competitive acquisition for the first time. Acquire, for the second or subsequent time, directly from the manufucturer. Acquire, for the first time, directly from the manufach1rer.. Acquire directly from the sole source contractor, who is not the manufacturer. The Govcnunent's right to use datn in its possession is questionable. This code is under review and will be updated when the review is complete. This must be acquired from a manu factu ring source(s) specified on a source control drawing. This pmt required engineering source approval by the design control activity in order to maintain the quality of the part The data needed lo acquire this part is not economically available. The Govcnunent does not have suflicienl, accurate, or legible data to purchase this part from other than rhe cunent source. This code is \mder review and will be updated when the review is complete. A VN Fonn S53, AUG 2015 FOR OFFICIAL USE ONLY S?E4A6160003ooco1 D AMSCK. D AMSCL. D AMSCM. D AMSCN. !Bl AMSCP. This part must be produced from class I castings under MIL-STD-2175. The annual buy value of this part falls below the screening threshold established by DoD. Manufacture of this part requires use of master or coordinated tooling. Manufacture of this part requires special test and/or inspection facilities to maintain function or system integrity. The rights to use the data needed to purchase this pm1 from additional source(s) are not owned by the Govermnent and cannot be purchased, developed, or otherwise obtained. D AMSCQ. The Government does not have adequate data, lacks rights to data, or both. It is not economical to buy the data or rights to the data. D AMSCR. The Government does not own the data or rights to the data needed to purchase this part from another source. It is not economical to procure the data or rights to the data. D AMSCS. Acquisition of this item is restricted to Government approved source(s) because the item involves military sensitive teclmology. D AMSCU. D AMSCV. D AMSCY. D AMSCZ. D ·Other: The cost to the Government to breakout this pm1 and acquire it competitively has been determined to exceed the projected savings over the life span of the part. This part has been designated a high reliability part. Probability of failure would be unacceptable. The engineering activity has determined that data to define and control reliability limits cannot be obtained. The design of this part is unstable. Engineering, manufacturing, or perfonnance characteristics indicate that the required design objectives have not been achieved. This part is a commercial/no-developmental/off-the-shelf item. 6. Efforts to ensure that offers m·e solicited from as many sources as practicable are: D The acquisition will be synopsized on or about 10/22115 and any firm requesting a solicitation copy will be provided one. D A synopsis exception cited in FAR 5.202 applies: (Explain) ____________________ _ D Manufacturers of similar products identified in the market survey will be solicited. !Bl Dealers of the manufacturers will be solicited. D Other: (Explain) _______________________________ _ 7. I hereby determine that the anticipated cost to the Government will be fair and reasonable. (Explain) ___________ _ analysis wi~ be condm;led oslng Mailable Jn formation and approved pricing techniques that v.1~ support the contracting office in making a determinatOO that the price paid to the W!ltractor ls ra;r and reasonab)e to the Government. 8. A market survey as defmed by FAR I 0: D \Vas conducted, and finns indicating an interest in the acquisition \Vill be solicited. Market research efforts, include: lEJ \Vas not conducted due to: Market research at the this Uma would not provide any additional sources due lo the fact that DURAMA.X MARINE, LLC owns the rights to use the data. 9. Additional facts suppo11ing other than full and open co1npetition are:. IBl Based upon the technical certification on file, technical data is not available and cannot be developed to pennit full and open co1npetition. The data presently available reflects the n1inin1un1 needs of the Govern1nent. D When FAR 6.302-1 is cited for follow-on acquisitions as described in 6.302-1 (a)(2)(ii), an estimate if the cost to the Govern1nent that \\'ould be duplicated and hO\V the estin1ate \Vas derived. --------------~ A VN Fonn S53, AUG 2015 FOR OFFICIAL USE ONL y SPE4A616000300001 2 10. A listing of sources, if any, indicating an interest in writing in the acquisition are: (if none, state no1w) CAGE COMPANY NAME none none 11. The actions, being taken to overcom.e barriers to competition before auy subsequent acquisition are made: (Explain) Reqv11ernenl will ba synopsized on Iha FO<lorol Business Opportunity (fedOlzOpps) as required by FAR 5.201. wllh strni1•< ilem• manufadured on tho samo marurfJcturing channol for Ille ccmme<cial marl<elpface. Alternate offers receive(! will bo ovaluatoo In accordance wiUI tho affem;te offer provision, 5. 52.217, 9023 fer source conlrol drawlng lhlll will be Included In the solicilation lo expand compolition. APPROVAL APPROVAL LEVELS OF THE JUSTIFICATION-FAR 6.304 IEJ not exceeding $650,000........................................... D over $650,000 not exceeding $ 12,500,000..................... Contracting Officer Competition Advocate TECHNICAL/REQUIREMENTS PERSONNEL CERTIFICATION - FAR 6.302-2(c) Supporting dnta lbRl is the responsibilit)' of lecluucul or requirements personnel and which form the basis for this justification ha\'C been certified as complete and oocuraic b)' the cognizant teclmicallrequirements Personnel. Signature oftecllnicaVrequirements personnel is not required. DLA COUNSEL AVIATION - DLAO l.691(e)(ii) DLA Counsel Aviation has reviewed this f orm SSJ and concluded is creates a leg:itl}' sufricicntjuslificntion for restricting competition pursuant to lO U.S.C. 2304(c)( I) nnd FAR 6.302-1 in acquisitions for NSNs in the federal supply syst.:111. CONTRACTING OFFICER - FAR 6.303-2(b)(12) I hereby certify tlml the information contained in this justification is accurate ruid complete 10 lhe best of my knowkdgi: nnd belief. If not exceeding $650,000, this signol'urc serves ns the approval. \c D CAteQO \ ~ ("') ~.s 1-Wvt..-- 10/23115 Name ru1d Title Date COMPETITION ADVOCATE- FAJl 6.304(a)(2) The Competition Advocate for the procuring ocli\•ity designated pursuant lo FAR 6.501 hus m·iewed and approved this Justificntion for a proposed coniracl O\'er $650,000 but not exceeding S 12.5 million. Nome nnd Title Signature Phone Date AYN Forni S53. AUG 2015 FOR OFFICIAL USE ONLY SPE4A616Q00300001 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3061ae1f985d95cd31a830e34d134ca8)
 
Record
SN03989752-W 20160114/160112235156-3061ae1f985d95cd31a830e34d134ca8 (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.