Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 02, 2020 SAM #6882
SPECIAL NOTICE

A -- REDACTED JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION

Notice Date
9/30/2020 9:05:26 AM
 
Notice Type
Justification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX19C0023P00003
 
Archive Date
10/30/2020
 
Point of Contact
Douglas Dennard, Phone: 3013943371, Joseph M. Dellinger, Phone: 3013940769
 
E-Mail Address
douglas.c.dennard.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil
(douglas.c.dennard.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil)
 
Award Number
W911QX19C0023
 
Award Date
09/28/2020
 
Description
Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 1 JUSTIFICATION REVIEW DOCUMENT FAR PART 6 JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION Programs/Equipment: Test and Evaluation Enhancement Support for the Joint Artificial Intelligence Center (JAIC) Predictive Maintenance (PMx) Mission Initiative Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Amount: Prepared by: Date: 8/4/2020 Contracting Officer: Date: 8/4/2020 Technical: Date: 8/4/2020 Requirements: Date: 8/4/2020 Reviews: I have reviewed this justification and find it adequate to support other than full and open competition. Program Manager: XBrian StantonProgram Manager Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 2 FAR Part 6 Justification and Approval for Other than Full and Open Competition 1. Contracting Activity: Adelphi Contracting Division, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), 2800 Powder Mill Road, Adelphi, Maryland 20783-1138. 2. Description of Action: The Army Research Laboratory (ARL), along with the Joint Artificial Intelligence Center (JAIC), requests a Firm Fixed Price (FFP) type contract modification with MORSECORP, Inc., 1 Main St, Suite 510, Cambridge, MA 02142, United States. The Government projects award for September 2020 and fiscal year 2020/2021, Office of the Secretary of Defense (OSD), Research, Development Test & Evaluation (RDT&E) funds will be used. _X_ An acquisition plan is not required because this procurement either does not meet the threshold at Defense Federal Acquisition Regulation Supplement 207.103(d)(i), or is an R&D acquisition and does not meet the definition of services in 10 U.S.C. 2330(c)(2). 3. Description of Supplies/Services: The United States (U.S.) Army Research Laboratory (ARL), in support of the Joint Aritifiical Intelligence Center (JAIC), requires continued Test and Evaluation (T&E) system enhancement support and refinement of the software test execution harness, T&E tools, capabilities, data and enclave management originally provided under base contract W911QX19C0023. Services and support are required to ensure the necessary sustainment, enhancement, and extensibility of the software test execution harness in support of the Joint Artificial Intelligence Center�s (JAIC) National Mission Initiative (NMI) focused on predictive maintenance (PMx) located at ARL, Adelphi, MD. On 04 September 2019, contract W911QX19C0023, Broad Agency Announcement (BAA) Solicitation W911NF-17-S-003, was awarded to MORSECORP, Inc. on a Firm Fixed Price (FFP) basis in the total amount of������������ . The contract was structured with a base period of six (6) months with a total ceiling value of��������� and a six (6) month option period with a total ceiling value of������������� The period of performance for the base contract is 04 September 2019 to 26 September 2020 and the objective of the base contract was to provide T&E of ""black box"" PMx algorithms to determine suitability for use in operations by way of developing and implementing a tailored, extensible T&E system. The proposed modification is to continue the development and implementation based on the results of said T&E system that have been experienced to date. This modification will allow the Contractor to continue development of the T&E system in order to optimize maintenance schedules, decrease down times, reduce unscheduled maintenance, optimize spare parts handling, efficient maintenance manning, increase readiness, and reduce costs that can be applied across the Department of Defense (DoD) industry. Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 3 Specifically, the Contractor will continue system maintenance, software updates, code modifications, and bug fixes for the software test execution harness that is a part of the overall T&E system. Period of Performance: 27 September 2020 to 26 July 2021 Total Value:� 4. Authority Cited: 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Reason for Authority Cited: As described at FAR 6.302-1(a)(2), when the supplies or services required by the agency are available only from one responsible source, or for DoD, NASA and the Coast Guard, from only one or a limited number of responsible sources, and no other types of supplies or services will satisfy agency requirements, full and open competition need not be provided for. Due to the inherent knowledge gained during the creation of the software test execution harness under contract W911QX19C0023, MORSECORP, Inc. is the only entity who could reasonably perform sustainment, enhancement, upgrades, and expansion of the T&E system harness due to the unique experience and expertise of the Contractor that was developed while providing the required services of the base contract. MORSECORP, Inc. was able to evaluate and determine the suitability for use of PMx algorithms for the F-16, which is one (1) of the initiatives JAIC has established in response to the NMI established. ARL and JAIC now require continued upgrades to the T&E system MORSE serves as project manager, developer, and architect for the software test execution harness. In addition, MORSE is the author of all test harness software and lead designer for related T&E tools and data and enclave management infrastructure. Therefore, no other company could reasonably replace MORSE due to MORSE's proprietary knowledge with the T&E software test execution harness architecture. Any related services or improvement requirements would require the initial architect's insight and knowledge to effectively execute the above-mentioned requirements. The required services are so highly specialized that there is no other vendor currently in the marketplace that could fill the Government�s requirement without having the intimate knowledge of the T&E system developed under the base contract. If the Government were to attempt to procure these services from a Contractor other than MORSE, T&E functions would be detrimentally hindered, potentially suspending operations until the vendor awarded the contract for this effort can appropriately understand and discuss the proprietary aspects of the test harness. Additionally, alternative sources would still need to rely on MORSE to perform any necessary maintenance requirements to establish operating satisfaction by the Government. This would create a substantial duplicative cost estimated to be over����������� and a schedule slip of over one (1) year which the JAIC cannot incur as it would essentially halt the progress already made in successfully implementing the established NMI. The estimated duplicative costs include the already obligated funding on the base contract that was used to develop the T&E system (approximately ) and the cost to Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 4 train personnel, test and evaluate a new T&E system, and gain enough experience with the T&E system so that the required services procured via this modification could be accomplished. By not procuring these services from MORSE, a high potential of risk would be involved due to the total value, as explained above, and the intimate knowledge required to sustain, enhance, upgrade, and extend the test harness to make it possible for other Government organizations to either replicate or improve upon the test harness concept in the future. As a prototype concept, the success of the test harness relies heavily upon its ability to receive the required services by a vendor capable of providing them appropriately and efficiently. If these services are not received, assessment of vendor algorithms would be stalled until an alternate Contractor had the time to understand the test harness and create new T&E tools and system evaluation scenarios, data and an enclave management infrastructure. Therefore, it has been determined that MORSE is the only capable source of providing the required software test execution harness support due to the specific knowledge and understanding of the test harness that no other Contractor could have because MORSE supported ARL in the creation of the test harness. To date, there have been no opportunities suitable for Full and Open Competition due to this system being a prototype and it being developed from the ground up by MORSECORP, Inc. Upon maturation of the prototype, the market will be reviewed to identify new potential offerors for any related work in the future. 6. Efforts to Obtain Competition: The Contracting Officer published notices required by FAR 5.201 for any potential bids or proposals received to be considered. A Synopsis with Intent to Sole Source was published for fifteen (15) calendar days on 09 July 2020 and closed on 24 July 2020. At the time the Synopsis closed, there were no responses received. Due to the proprietary knowledge MORSE CORP has with the JAIC, a sole source acquisition strategy is reasonable for this effort and effective competition is not applicable. To date, it is not anticipated that any subcontracting will be required as there were no subcontracting opportunities during the base contract�s period of performance (PoP). 7. Actions to Increase Competition: The Government will continually monitor the market to attempt to increase competition by attending conferences/exhibitions, examining trade journals, conducting Internet research, and holding open discussions with industry experts to gauge the level off progress regarding PMx algorithm development. Although to date, no vendor has been identified that can meet the Government�s minimum requirement for software test execution harness refinement and T&E that would not require significant retraining of personnel and not result in disruption of current mission/program goals. Before future acquisitions, the market will be surveyed to determine whether another vendor has emerged that could meet ARL and JAIC�s requirements, thus justifying the need for Full and Open Competition. If the Government becomes aware of other sources with the capability to meet the Government�s requirements, then a determination will be made for suitable competition. If and when another source is discovered, the Government will technically evaluate the response, and if the new source is deemed capable, the Government will seek a competitive procurement. Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 5 8. Market Research: Market research was conducted by������� �ARL Electronics Engineer, from Feburary 2020 to March 2020. JAIC Predictive Maintenance personnel reviewed a few hundred white papers that were submitted to the standing ARL BAA that both JAIC and Maven utilize. From the initial few hundred about 50 referenced the JAIC Predictive Maintenance effort. The general trend from the submissions was a desire to develop Predictive Maintenance Algorithms or to create a platform solution to replace all existing systems and procedures of aviation maintenance within the DoD. There were 3 papers that came close to answering our specific need, one was dismissed because the solution was too narrow to answer all required aspects of the project. The last two, Lockheed Martin and MorseCorp were in line with the JAIC intent. JAIC selected these 2 vendors that fit the requirements of the original Predictive Maintenance requirement; Lockheed Martin and MorseCorp. JAIC spoke with both vendors for 1 hour each where the companies presented their approach based upon a more refined problem statement that was provided by the JAIC Predictive Maintenance team. In discussions with MorseCorp they presented themselves as independent evaluators of the system we needed to evaluate. In addition to that they were willing to provide all source code under Government purpose rights without caveat. Finally, the team at MorseCorp were exceptionally suited to perform the technical work required specifically As a result of the discussions, JAIC determined that MorseCorp best fit Predictive Maintenance requirements. This was due to a few variables: 1) MorseCorp would develop all software under Government Purpose Rights, 2) while MorseCorp lacked familiarity with the aviation platform, they also did not have any inherent bias (Lockheed Martin is the aircraft manufacturer). To date, no other companies have been identified as capable of providing the required services, as MORSECORP, Inc. is the only entity capable of reasonably performing the services required of the JAIC PMx Mission Initiative. It is in the Government�s best interest to sole source this effort to MORSE due to their inherent knowledge of the services and support required to ensure the necessary sustainment, enhancement, and extensibility of the software test execution harness. 9. Interested Sources: In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 205.205-71, DFARS 206.302-1(d), and DFARS Procedures, Guidance and Information (PGI) 206.302-1(d), a request for information was posted to beta.SAM.gov, as an attempt to seek out other sources for 15 calendar days on 9 July 2020, with a closing date of 24 July 2020. which resulted in no responses further confirming that MORSECORP, Inc. is the sole source for this requirement. To date, no other sources have written to express interest in the acquisition. 10. Other Facts: a. Procurement History Contract: W911QX19C0023 Contractor: MORSECORP, Inc. Award Date: 04 September 2019 Period of Performance: 4 September 2019 to 26 September 2020 Dollar Value: Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 6 Competitive Status: Competitive/Broad Agency Announcement (BAA) 11. Technical Certification: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. Signer�s Title: Electronics Engineer XTechnical Certifier (Tech) 12. Requirements Certification: I certify that the supporting data under my cognizance which are included in the justification are accurate and complete to the best of my knowledge and belief. Signer�s Title: Electronics Engineer XRequirements Certifier 13. Fair and Reasonable Cost Determination: I hereby determine that the anticipated cost or price to the Government for this contract action will be fair and reasonable. This determination will be made using the following: _X_ Cost analysis __ Price analysis __ Should cost _X_ IGE __ Audit: __ Other: As a part of this basis, certified cost or pricing data: __ Will be required. _X_ Will not be required and the following exception applies (FAR 15.403): __ Prices that will be agreed upon are based on adequate price competition. __ Prices that will be agreed upon are based on prices set by law or regulation. Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 7 __ A commercial item is being acquired. __ A waiver has been granted by the head of the contracting activity (HCA) in accordance with DFARS PGI 215.403-1. __ The contract action is a modification to a contract or subcontract for commercial item(s). _X_ The estimated cost of the contract action is less than the threshold for certified cost or pricing data. XContracting Officer (KO) 14. Contracting Officer Certification: I certify that this justification is accurate and complete to the best of my knowledge and belief. XContracting Officer (KO) Control No: JA-20-Adel-488 Contractor: MORSECORP, Inc. Supply/Service: Test and Evaluation Enhancement Support 8 Approval Based on the foregoing justification, I hereby approve the procurement of Test and Evaluation Enhancement Support for the Joint Artificial Intelligence Center (JAIC) Predictive Maintenance (PMx) Mission Initiative, for an estimate of��������� and for the Period of Performance 27 September 2020 to 26 July 2021 after modification award, on an other than full and open competition basis pursuant to the authority of 41 U.S.C. 1901(e)(2), subject to availability of funds, and provided that the services or supplies herein described have otherwise been authorized for acquisition. XContracting Officer (KO) (End of J&A)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/77ab838151ec44e9928d51ee4043797a/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN05815415-F 20201002/200930230143 (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 |
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.