JUSTIFICATION AND APPROVAL
JUSTIFICATION AND APPROVAL FOR USE OFOTHER THAN FULL AND OPEN COMPETITION Agency and Contracting Activity. Requiring Activity: USNS WALLY SCHIRRA (T-AKE-8) Military Sealift Command (MSC) Ship Support ... JUSTIFICATION AND APPROVAL FOR USE OFOTHER THAN FULL AND OPEN COMPETITION Agency and Contracting Activity. Requiring Activity: USNS WALLY SCHIRRA (T-AKE-8) Military Sealift Command (MSC) Ship Support Unit, Bahrain PSC 851 Box 350 FPO AE 09834-0350 Contracting Activity: NAVSUP Fleet Logistics Center (FLC) Bahrain DET Dubai Umm Hurair, Bur Dubai P.O.Box 121777 Description of the Action Being Approved. Negotiate and award a firm fixed price contract on a sole-source basis for the voyage repair requirement of the USNS WALLY SCHIRRA (T-AKE 8) under FAR 6.302-1 (Only one responsible source and no other supplies or services will satisfy agency requirements) during its port visit at Port of Duqm, Oman. Port of Duqm has been established as the place of performance for this repair requirement since the repair period coincides with the ship’s scheduled port visit. Description of Supplies/Services. This procurement is to accomplish fifty (50) mission-essential voyage repair work items in support of the USNS WALLY SCHIRRA (T-AKE 8) during their port visit at the Port of Duqm from (redacted). The current requirement includes structural repairs, propulsion machinery, communication and navigational aids, auxiliary machinery systems, habitability repairs, mission system repairs, heating, ventilation and air conditioning system repairs, and underwater husbandry. The estimated dollar value for the repair package is (redacted) Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C.2304(c)(1),Only one responsible source. Rationale Justifying Use of Cited Statutory Authority. The selection of the location to accomplish the USNS WALLY SCHIRRA’s VR requirement is at the discretion of Commander Task Force FIVE THREE (CTF-53). The VR location of Port of Duqm was selected by CTF-53 based upon operational requirements and Navy port availability (port loading). (Redacted). As such, it is determined that the geographic limitation is critical and reasonably necessary for the agency to meet its needs. On 15 January 2020, a Sources Sought Notice was posted on EURONECO to identify qualified and experienced sources that could satisfy the requirements of the Government. The same notice was disseminated via email to known ship repair contractors in the FIFTH FLEET Area of Responsibility that have supported US Navy ships in the past. The posting was made available through 19 January 2020. (Redacted) Duqm Naval Dock Yard (DND) on the other hand, confirmed that they have the resources and capability to satisfy the requirements of the voyage repair during February/March 2020 timeframe. They confirmed that they have the necessary permits to accomplish the work items at Port of Duqm, Oman. Historically, only DND has actively participated and have been successful in receiving awards for ship repair availabilities at Port of Duqm. The Contracting Officer/Specialist conducted a responsibility determination on DND on 19 January 2020. The responsibility determination was based on the standards listed in FAR 9.104-1. A search in the Past Performance Information Retrieval System (PPIRS) produced an assessment report which indicated that DND has no negative findings. DND’s performance record was also verified in the Federal Awardee Performance and Integrity Information System (FAPIIS). The FAPIIS report indicated that DND has no derogatory information reported for any of the report types listed. The Contracting Officer also checked the System for Award Management (SAM) to ensure that DND does not have any active or inactive exclusion. SAM showed that DND has an active registration with no exclusions listed. In view of the information provided above, the Contracting Officer has determined that in accordance with FAR 9.104-1, DND is a responsible offeror that has the necessary organization, experience, operational controls and financial resources to perform the contract. The Government is confident based on experience from several past mid-term availabilities and voyage repair schedules on similar ships, market research, and experience in the commercial industry that DND will perform in accordance with the standards set forth in the contract. Based on the market research discussed above, only one responsible offeror is capable of accomplishing the fifty (50) work items onboard the USNS WALLY SCHIRRA at Port of Duqm, Oman. Market research revealed that only DND has the necessary organization, experience, operational controls and financial resources to perform and accomplish the required effort at the Port of Duqm, Oman. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. A Sources Sought Notice was posted on EURONECO to identify qualified and experienced sources that can satisfy the requirements of the Government. The same request for information was disseminated via email to known ship repair contractors in the FIFTH FLEET Area of Responsibility that have support US Navy ships in the past. The posting was made available through 19 January 2020. At the time the request closed, only one contractor submitted the required information in response to the Sources Sought Notice. A member of Military Sealift Command (MSC) and NAVSUP FLC Bahrain DET Dubai will continue to conduct market research to identify other potential sources at this location. Determination of Fair and Reasonable Cost. The contracting officer will determine the total anticipated price to the Government for the repairs covered by this J&A to be fair and reasonable in accordance with FAR 15.404(1)(b). Actions to Remove Barriers to Future Competition. NAVSUP has no plans at this time to compete the types of supplies/services covered by this document where performance location was identified as Port of Duqm, Oman. If another potential source emerges, NAVSUP will assess whether competition for future requirements is feasible.
Data sourced from SAM.gov.
View Official Posting »