SPECIAL NOTICE
70 -- Jeppesen Cockpit Display Electronic Charts for the IS&S Multi-Function display charts inclusive of North American IFR high/low in-route charting.
- Notice Date
- 9/3/2020 10:37:02 AM
- Notice Type
- Justification
- NAICS
- 511210
— Software Publishers
- Contracting Office
- NNSA NON-MO CNTRCTNG OPS DIV ALBUQUERQUE NM 87185 USA
- ZIP Code
- 87185
- Solicitation Number
- 89233120CNA000162
- Archive Date
- 10/03/2020
- Point of Contact
- Ralph E. Mayer
- E-Mail Address
-
ralph.mayer@nnsa.doe.gov
(ralph.mayer@nnsa.doe.gov)
- Award Number
- 89233120CNA000162
- Award Date
- 08/31/2020
- Description
- JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION The purpose of this JOFOC is to document the file with the justification for awarding a sole source contract to Jeppesen Sanderson, Inc., a Boeing company. The Contracting Officer has determined that the aircraft flight navigation systems was specifically developed by the manufacturer using Jeppensen�s proprietary NavData and NavData Service and has been developed to meet the need for current aviation information in a computer compatible form required for (i) air navigation equipment used under instrument and visual flight conditions, and (ii) computerized flight planning applications. I. AGENCY IDENTITY AND CONTRACTING OFFICE The Office of Secure Transportation (OST) NA-15, Aviation Operations Division (AOD) of the U.S. Department of Energy (DOE), National Nuclear Security Administration (NNSA) plans to contract for by means other than full and open competition for NavData Services. This document sets for the justification and approval of the use of one of the exceptions to full and open competition allowed under the Competition in Contracting Act of 1984. II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING APPROVED This action is being approved as a sole source acquisition because Jeppesen Sanderson, Inc., 55 Inverness Drive East, Englewood, Colorado 80112, is the original equipment manufacturer of a tailored NavData service from Jeppesen for use in the avionics manufacturer�s system. AOD utilizes an aircraft flight navigation system developed and manufactured by an avionics manufacturer that requires the use of Jeppesen�s NavData and was initially sold to AOD directly by the avionics manufacturer, AOD now desires to purchase the NavData service from Jeppesen for use in our avionics system. It is contemplated that this effort will be awarded as a firm-fixed-priced ,Multi-year contract with zero dollar cancellation ceiling, as there is no financial risk to Jeppesen in canceling the contract. If NNSA would sell their aviation fleet, the new owners would need to contract with Jeppesen for the NavData services, resulting in no financial loss. The contracting activity is the NNSA Contracts and Procurement Division (NA-APM-12). III. DESCRIPTION OF SUPPLIES AND/OR SERVICES Jeppesen is engaged in the business of supplying flight navigation information based on government sources, other publicly available sources, and/or customer supplied data compiled in an electronic database format conforming to ARINC Specification 424, Navigation System Data Base (""ARINC 424"") or similar Jeppesen specification. Jeppesen�s NavData has been developed to meet the need for current aviation information in a computer compatible form required for (i) air navigation equipment used under instrument and visual flight conditions and (ii) computerized flight planning applications. NavData and the NavData Service are designed for use by experienced and knowledgeable (i) pilots who must be thoroughly familiar with and competent in, among other things, the navigation of aircraft and the air navigation equipment being used, and (ii) flight dispatchers, flight planners and others who must be thoroughly familiar with and competent in, among other things, the planning of flights and the computerized flight planning programs being used. The independent government cost estimate for Jeppesen NavData Services for two aircraft is $380,329.92. The performance period is September 1, 2020 through August 31, 2025. IV. AUTHORITY The 41 USC 3304(a)(1), as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1(a)(2)(iii) ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements,"" permits contracting without providing for full and open competition when, in the case of a follow-on contract for the continued services may be deemed to be available only from the original source in the case of follow-on contracts for the continued highly specialized services. V. APPLICATION OF AUTHORITY Section 303(c)(1) of the CICA, P.L. 98-369, allows the use of procedures other than competitive when the property or services needed are available from only one responsible source and no other type of property or services will satisfy the requirements. In particular, FAR 6.302-1(b)(1) specifies full and open competition need not be provided for when there is a reasonable basis to conclude that the agency�s minimum needs can only be satisfied by unique supplies or services available from only one source or only one supplier with unique capabilities. Jeppesen, a Boeing company, has the ability to provide the requested product because it possesses the proprietary manufacturing data for this aircraft. In addition, the Jeppesen NavData product has been approved by the FAA by acceptance and issuance of the Special Type Certificate for our Avionics modification on OST�s 737 aircraft. VI. EFFORTS TO IDENTIFY ADDITIONAL SOURCES Jeppesen, a Boeing company, has the ability to provide the requested product because it possesses the proprietary manufacturing data for this aircraft. In addition, the Jeppesen NavData product has been approved by the FAA by acceptance and issuance of the Special Type Certificate for our Avionics modification on OST�s 737 aircraft. VII. DETERMINATION OF REASONABLENESS OF COST OR PRICE It is the determination of the Contracting Officer that the anticipated price(s) will be fair and reasonable. The services offered are priced as a fixed price and are based on Jeppesen�s commercial pricing. Additionally, the Program Office and Contracting Officer have knowledge of the items being purchased. A comparison of the proposed price with current prices found reasonable on previous purchases shall be consistent with FAR 13.106-3 in determining the price fair and reasonable. VIII. MARKET RESEARCH Only one responsible source and no other supplies or services will satisfy the governments' requirement. The aircraft�s aeronautical charts were customized to meet the needs of OST making it a unique supplied item that is available only from the original manufacturer, Jeppesen Sanderson, Inc. Jeppesen is unique in its ability to provide the requested product because it possesses the proprietary manufacturing data for this aircraft. In addition, the Jeppesen NavData product has been approved by the FAA by acceptance and issuance of the Special Type Certificate for our Avionics modification on OST�s 737 aircraft. IX. OTHER FACTS There are no additional facts. X. INTERESTED SOURCES No other entity exists that can supply the necessary NavData to be used on the Title 14 CFR operated aircraft. XI. STEPS TO FOSTER COMPETITION NNSA/OST maintains a commitment to ensuring competition when practicable, and prior to making future procurement decisions related to this requirement, the program will continue to monitor and assess the state of the market in an attempt to identify other capable, responsible sources. NNSA/OST will, in coordination with the SBA, determine the most advantageous method to contract for the follow-on efforts. XII. CERTIFICATIONS Acquisition Initiator/Technical Representative: I certify that the facts and representations under my cognizance, which are included in this justification and which form a basis for this justification, are complete and accurate.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/499ca182523f49e2b86f3d3aaa6fb42b/view)
- Place of Performance
- Address: Albuquerque, NM 87185, USA
- Zip Code: 87185
- Country: USA
- Zip Code: 87185
- Record
- SN05785799-F 20200905/200903230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |