Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

16 -- J&A: WC-133M-16-CN-0141 / Urgent Procurement of Replacement Optical Glass for OMAO-AOC at MacDill Airforce Base, Florida - J&A

Notice Date
9/12/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC-133M-16-CN-0141
 
Archive Date
10/12/2016
 
Point of Contact
Sarah Appleman, Phone: 816-426-7270, Tyrone Lewis, Phone: 816-426-7453
 
E-Mail Address
Sarah.Appleman@noaa.gov, tyrone.m.lewis@noaa.gov
(Sarah.Appleman@noaa.gov, tyrone.m.lewis@noaa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
WC-133M-16-CN-0141
 
Award Date
9/9/2016
 
Description
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) for Replacement of King Air Optical Glass JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (JOFOC) Office of Marine and Aviation Operations (OMAO) Urgent Requirement to Replace Optical Glass, located at 7917 Hangar Loop Drive H-5, MacDill Airforce Base, Florida 33621. Identification Number: WC-133M-16-RQ-0908 (Solicitation) and WC-133M-16-CN-0141 (Award) 1. Identification of the agency and contracting activity (FAR 6.303-2(b)(1)). The NOAA Acquisition and Grants Office (AGO) Eastern Acquisition Division located in Kansas City, proposes to enter into a contract on a basis of other than full and open competition in support of the OMAO Aircraft Operations Center (AOC) located in MacDill Airforce Base, Florida. 2. The nature and/or description of the action being approved (FAR 6.303-2(b)(2)). NOAA intends to award a firm-fixed-price (FFP) contract to Avcon Industries, Inc. located in Newton, Kansas to make replace optical glass for AOC's King Air aircraft. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value) (FAR 6.303-2(b)(3)). The requirement is to provide the replacement optical glass, to be delivered FOB destination as soon as possible to AOC, MacDill Airforce Base, Florida at the cost of $160,555.00. Urgent delivery of the replacement optical glass will minimize the downtime of the aircraft and allow it to fulfill its critical missions. 4. An identification of the statutory authority permitting other than full and open competition (FAR 6.303-2(b)(4)). The statutory authority permitting other than full and open competition is 41 U.S.C. 3304(a)(2) as implemented by Federal Acquisition Regulation (FAR) 6.302-2(b). 5. A statement demonstrating the unique qualifications of the proposed contractor or the nature of the action requiring the use of the authority (FAR 6.303-2(b)(5)). The optical glass was installed in the King Air aircraft through an aircraft modification. The holder of the Federal Aviation Administration Supplemental Type Certificate (STC) for this aircraft modification is Avcon Industries, Inc. The agency's need for the supplies or services is of such an unusual and compelling urgency that the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals. The King Air is a critical Emergency Response asset for NOAA and the Nation. The King Air's optical glass is a critical component for Emergency Response imagery and was recently damaged which was both an unpredictable and unusual occurrence. The glass is on the verge of a complete failure. The aircraft is a primary resource for emergency response efforts and the optical glass is absolutely critical to this mission. Without the optical glass, the aircraft would not be able to provide critical imagery for NOAA and FEMA for response efforts. Serious injury and damage to the Federal Government would be realized without replacing the optical glass as quickly as possible. Therefore unusual and compelling urgency is the reason for sole source award to the glass manufacturer, Avcon Industries. Since Avcon owns the current STC and is familiar with the configuration of aircraft, they are in the best position to complete this modification in a time-frame suitable to successfully complete the project requirements. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by FAR 5.2 and, if not, which exception under FAR 5.202 applies (FAR 6.303-2(b)(6)). In accordance with FAR 5.202(a)(2), a synopsis was not issued for the supplies described herein. Due to the determination that the nature of this work is of unusual and compelling urgency, the Government would have been seriously injured should this work be delayed to allow full and open competition. 7. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable (FAR 6.303-2(b)(7)). The Contracting Officer determined that the anticipated price(s) will be fair and reasonable based on recent invoices for similar supplies provided by the Contractor, as well as the subject matter expertise provided by the customer's technical representative. 8. A description of the market research conducted (see FAR Part 10) and the results or a statement of the reason market research was not conducted (FAR 6.303-2(b)(8)). N/A due to the considerations listed in paragraph six above. 9. Any other facts supporting the use of other than full and open competition (FAR 6.303-2(b)(9)). All facts have been documented in paragraph five above. There are no additional facts to be reported in this section. 10. A listing of any sources that expressed a written interest in the acquisition (FAR 6.303-2(b)(10)). None. Requirements were not synopsized due to urgency. 11. A statement of any actions the agency may take to remove or overcome any barriers to competition, if subsequent acquisitions are anticipated. The Government will continue to conduct thorough market research to gauge the marketplace capabilities for future requirements. The Government will seek competition of future acquisitions for these supplies. 12. CERTIFICATION Attached is the redacted Justification and Approval for Other than Full and Open Competition (J&A) for Contract Number WC-133M-16-CN-0141, which has been prepared and certified by the appropriate approval authorities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC-133M-16-CN-0141/listing.html)
 
Place of Performance
Address: (FOB DESTINATION), 7917 Hangar Loop Drive H-5, MacDill Airforce Base, Florida, 33621, United States
Zip Code: 33621
 
Record
SN04267289-W 20160914/160912235349-b2a460f52b21462ef3c2c574b4c7e2e0 (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.