MODIFICATION
W -- C-208EX Lease
- Notice Date
- 4/18/2017
- Notice Type
- Modification/Amendment
- NAICS
- 611512
— Flight Training
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA0021-17-R-0012
- Point of Contact
- Amanda Szabolcs, Phone: 8508842435, Jordan E. Roby,
- E-Mail Address
-
amanda.szabolcs@us.af.mil, jordan.roby@us.af.mil
(amanda.szabolcs@us.af.mil, jordan.roby@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Justification and Approval (J&A) for Other Than Full and Open Competition I. Contracting Activity. Department of the Air Force, 765th Specialized Contracting Flight, Hurlburt Field, FL 32544. PCO: Capt Amanda Szabolcs, 850-884-2435. II. Nature and/or description of the action being processed. This requirement will be a new sole source firm fixed price commercial contract to North American Surveillance Systems (NASS). This requirement was previously fulfilled using Just in Time training and GPC funds. It is no longer cost effective to utilize the previous method and it does not satisfy the growing requirement for C-208EX training. The period of performance will be five months (1 May 2017 - 30 Sept 2017) and future requirements will be met through competitive procedures. III. Description of supplies/services required to meet agency needs. The 6th SOS and 711th SOS were previously tasked and are still scheduled to support C-208 ISR operations under SOCOM's 350-50 global prioritized engagement plan. These engagements are tied to the Deputy Under Secretary of the Air Force for International Affairs (SAF/IA), Defense Security Cooperation Agency (DSCA), United States Africa Command (AFRICOM) and United States Pacific Command (PACOM) with specialized services and facilities that will result in Section 333 (formerly Section 2282) and Counter Terrorism Partnership Fund (CTPF) acquisitions for both AORs. AvFID personnel are tasked with training and enhancing Partner Nation aviation personnel in both ISR and Air-to-Ground integration capabilities. AvFID personnel are required to accomplish pre-deployment (Just in Time) ISR aircraft training on the SAF/IA baseline aircraft configuration. This prepares them for their OCONUS CAA flying deployments. In order to maintain Subject Matter Expertise in the ISR mission set, CAAs must maintain familiarity in the aircraft utilized by Partner Nations (PN), and these aircrew members must maintain proficiency on this aircraft type and configuration. North American Surveillance Systems (NASS) has been selected to modify all Government provided Cessna C208 EX aircraft for the Section 2282 ISR program for the AFRICOM and PACOM AORs. NASS also owns a Cessna 208EX aircraft that is modified to the SAF/IA baseline. This requirement provides the 6 SOS and 711 SOS with a lease of a single engine fixed wing C-208 Caravan EX modified specifically to support the AvFid mission. The aircraft shall be for the sole use of the United States Air Force (USAF) and United States Air Force Reserve (USAFR). A current and qualified USAF or USAFR instructor will always operate as Pilot in charge and be in command of the aircraft and mission. The contractor will be responsible for providing the aircraft, fuel/oils/lubricants, ground support equipment, unique support equipment, special tooling, hangar space, technical manuals, technical data sustainment, and logistics sustainment. Aircraft maintenance and inspections are required as part of this effort and shall be performed by qualified Airframe and Powerplant (A&P) mechanics and qualified Federal Aviation Administration (FAA) inspectors. The following modifications are required: • Aircraft must be C-208 EX with Garmin 1000 Global Positioning System • Aircraft must be available for first training by 1 May 2017 • MX-15HDi EO/IR Imaging System and Aft ISR console • Aircraft Aft ISR console must be modified to interface with the USAF provided PRC-152 radios and aircraft antenna systems. This allows the Mission System Operator to communicate with ground parties from the ISR console. • Aircraft must be equipped with Air-to-Ground data link. Data link must be capable of providing full motion video to be sent to ground receiver device within 10 Mile radius of the aircraft operating area. • Roll up cargo door to replace the OEM cargo door. Mechanically and electrically operated. Altimeter and door controls located in near door in aft cabin as well as cockpit. Door must have FAA STC and be certified for in-flight operation. • Aircraft must have capability to digitally record EO/IR imaging, and provide for capability to easily remove or transfer/download data IV. Statutory authority permitting Other than Full and Open Competition. 10 U.S.C.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. Demonstration that the contractor's unique qualifications or nature of the acquisition requires the use of the authority cited above (applicability of authority). NASS is the only vendor able to fulfill our short term utilization requirement for training for the following reasons. NASS's aircraft provides already certified C-208EX aircrew members the ability to fly with an entire Air Force aircrew and does not require contract instructors onboard the aircraft for oversight. This is a necessary part of training because it allows crew members to gain proficiency as instructors which is required to train Partner Nation aviation personnel. Additionally, the NASS aircraft is configured identical to what our Partner Nations are flying abroad. NASS has a fully modified C-208EX available and is the only company with this capability. Any other vendor would have to complete these modifications to meet the requirement. These modifications are very costly and time consuming. Most vendors estimate between 45-60 days to complete modifications and obtain necessary certifications from the FAA. VI. Description of efforts made to ensure that offers are solicited from as many potential sources as practicable. Procurement procedures identified in Federal Acquisition Regulation (FAR) Part 12, 13.5 and 15 will be used. An RFI was posted by the Army Research Lab and 5 responses were received. Of the 5 responses, 2 had aircraft available. However, NASS is the only responder who has the aircraft modified to meet the specifications in the PWS. The remaining 3 responses could integrate a C-208 to meet our specifications with enough time. All interested parties were contacted regarding this requirement. Through discussions with the companies, the Contracting Officer determined that 45-60 days after award is needed for other vendors to meet the specifications in the PWS. There is also a possibility for additional time needed to obtain the required certifications. With training needing to begin on 1 May, it is necessary to have the aircraft available immediately upon award. However, there will be a follow on competitive acquisition to accommodate the several vendors interested in the this requirement. The follow-on will be a 1 year base with options. The competitive acquisition is scheduled to be awarded in the late summer/early fall of 2017. Both the current requirement and follow on requirement will be synopsized in the FBO. The synopsis will include sole source notification. VII. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable. It is hereby determined that the anticipated cost to the Government for this contract action will be fair and reasonable. The fair and reasonableness will be determined based on historical pricing from prior contracts and a comparison with the current Independent Government Estimate. FAR 15.403-1(b)(3) states that certified cost or pricing data is not required when procuring commercial items. VIII. Description of the market research conducted and the results, or a statement of the reasons market research was not conducted. An RFI was posted to FBO on 14 Feb 2017. Five responses were received. Of the 5 responses, 2 had aircraft available. One was NASS and the other does not have an aircraft available that meets the specifications in the PWS. The remaining 3 responses could integrate a C-208 to meet our specifications with approximately 45-60 days. The commercial market for C-208 with ISR capabilities is very small. All the companies involved in the C-208 ISR integration and training are holding government contracts for FMS or PN platform integration and logistics support. The cost of owning the C-208 aircraft equipped for ISR accounts for the few readily available aircraft for leasing can be prohibitive. There are numerous companies with the capability to integrate ISR capabilities onto the Cessna C-208 platform. Given the contract values and the number of FMS customers, it is likely that future contracts related to these requirements will follow for other companies. IX. Any other facts supporting the use of Other Than Full and Open Competition. N/A X. List of sources, if any, that expressed interest in the acquisition. Orbital ATK, ONVOI Global Services, North American Surveillance Systems, S-3 Inc, Spartan College XI. 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 or services required. We plan to competitively solicit and award a longer term lease for this aircraft. This allows vendors more incentive to modify C-208s to meet the PWS specifications. AFSOC is also requesting to purchase the modified C-208 in the near future. XII. Certification by the Contracting Officer. As evidenced by my signature above, I have determined this document to be both accurate and complete to the best of my knowledge and belief. XIII. Certification by the technical/requirements personnel. As evidenced by my signature above, I certify that any supporting data contained herein, which is my (our) responsibility, is both accurate and complete.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e3bfee64708611ec8c2ce71bcd9b578e)
- Place of Performance
- Address: Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN04475844-W 20170420/170418234620-e3bfee64708611ec8c2ce71bcd9b578e (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 |