Description
Due to the circumstances described in the attached Justification and Approval (J&A), the activity request authority to acquire support services for the F-16 Army/Navy (AN)/APG 66/68 Radar Program under the authority of Individual J&A using Other than Full and Open Competition in accordance with Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies and Services Will Satisfy Agency Requirements. Specifically, FAR 6.302- 1(a)(iii)(B) permits services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements. This Individual J&A will result in the award of a Firm-Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) 10-year indefinite delivery indefinite quantity (IDIQ) contract consisting of an ordering period of five-year base and one five-year option, with a total possible period of performance of 10. The proposed contract will include FAR 52.217-8, Option to Extend Services, for the authority to unilaterally extend the term of services for up to six months if necessary. This program will provide F-16 AN/APG-66/68 Radar Post-Production Sustainment (PPS) Support Services to include long-term support for sustainment, limited repair on test stations, modification support, and hardware acquisition. This contract is expected to facilitate convenient, fast ordering for all customers. For those requirements where inadequate pricing history is available or the level of effort is unknown, such as engineering services, if CPFF pricing arrangements are used, pricing will be negotiated. Core tasks are applicable only for participating Air Forces that have funded their cost share in this contract. Core tasks will be priced at the IDIQ level for the first 3 years of the base ordering period. Core Support will be solicited as FFP to establish the basis for cost sharing arrangements. A separate task order will be issued for Core Support for each yearly requirement. Non-Core tasks are additional support that fall beyond the scope of Core tasks and only support those participating Air Forces that have funded their cost share portion of the Core. Non-Core tasks will be priced at the task order level. The balance of the contract (Non-Core tasks) will consist of customer-peculiar services requiring a separate Performance Work Statement (PWS) to be issued on separate task orders. These requirements have been supported in the past by NGSC under the previous contract managed by 416 Supply Chain Management Squadron/GUMAD. This is a followon effort. Due to the heavy utilization of this effort, primarily by FMS, and significant F-16 footprint, the effort is being transitioned to the FMS Program Office (AFLCMC/WAMI). When awarded, the contract will be managed by F-16 International Programs Branch AFLCMC/WAMI.
Award Details
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)