Search Contract Opportunities

CNS/ATM II APX-119 Transponders

ID: FA8730-15-R-0027 • Type: Justification and Approval • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Choose the funding level for this J&A Document:

0 :s.._$700K O >$700K and :s.._$13.SM igj >$13.SMand .5._$93 M D > $93M

Contracting Activity:

Air Force Materiel Command, Battle Management Directorate,Aerospace Management Systems Division, Contracting Branch,(AFLCMC/HBAK

Purchase Request / LocalID Number: FA8730-15-R-0027 Program / Project (and PE, if applicable): CNS/ATM II Program Type (PEO or Other Contracting): PEO Program

Authority (include full title): 10 U.S.C. 2304(c)(I), as implemented by FAR6.302-l(a)(2)(ii)(A)(B)

Estimated Contract Cost (including options): $78,000,000.00 J&A Type: 0 Class rxJ Individual

COORDINATI ON IAFFARS 5306 .304( a) ) lSign and Save Procedure l

The text in the signature blocks below is editable, including the title.

Date

7 Jun 16

Project Lead/ Program Mgr I RequiringActivity

Signature

Date

8 Jun 16

Contracting Officer Mr.

Richard Williams

AFLCMC/HBAK / 781-225-5125

Date

Local LegalReviewer

9 Jun 16

Date

9 Jun 16

Date

[ Title ] [

Name ]

[ Office Symbol/ Phone number ]

Signature

** Toa row,clickthe "X" nexttothe signatureblock. CAUTION: Once removed, itcanonlybe restored bydownloadingthe BLANK FORMagain.

APPR OVAL (AFFARS 5306 .304(a) )

The text in the signature blocks below is editable, including the title.

** To a row,clickthe "X" nexttothe signatureblock. CAUTION: Once removed, it canonlybe restored bydownloadingthe BLANK FORMagain.

Date

PEO

Signature

Date

[ Title ] [ Name ]

[ Office Symbol / Phone Number ]

Signature

x

x

I. ContractingActivity.

The contracting organization responsible for this Justification for Other Than Full and Open Competition is the Air Force Materiel Command, Battle Management Directorate, Aerospace Management Systems Division, Contracting Branch, AFLCMC/HBAK, 75 Vandenberg Drive, Hanscom AFB, MA 01731. The Procurement Contracting Officer (PCO) is Mr. Richard Williams at (781) 225 5125

II. Nature and/or description of the action being processed.

This is an individual J&A to award a single award Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Raytheon Company, Aberdeen Proving Grounds MD. This J&A will allow the Air Force to meet specific requirements for providing non commercial or non developmental item (NDI) civil Communications, Navigation, and Surveillance/Air Traffic Management (CNS/ATM), navigation safety, and Next Generation Air Transportation System (NEXTGEN) avionics products, specifically Transponder surveillance items. For legacy aircraft platform configurations, the Government does not anticipate being able to overcome the barriers to competition due to the closed systems architecture of the aircraft cockpits and the aircraft platforms' need to keep a single cockpit configuration once certified

The Air Traffic Systems Branch (AFLCMC/HBAG) in the Aerospace Management Systems Division is tasked to provide technically qualified avionics equipment via the Electronic Global Air Traffic Management (iGATM) catalog to aircraft program offices that they, in turn, provide as Government Furnished Equipment to prime aircraft integrators for integration and installation aboard multiple aircraft platforms. In accordance with AFI 63 137, Integrated Life Cycle Management, AFLCMC/HBAG is responsible for developing and maintaining contracts to supply CNS/ATM hardware and software. The contract strategy is to award single ID/IQ contracts from which AF, DoD and other federal organizations may order CNS/ATM products in order to minimize life cycle expenses, expedite delivery of the products, and provide quantity discounts and extended warranties. Prior to adding a product to the iGATM II catalog, AFLCMC/HBAG performs a Performance Assessment (PA). A PA may be performed to validate the performance requirements for new or modified aircraft configurations or to determine CNS/ATM functionality provided by existing aircraft configurations.

The CNS/ATM II acquisitionstrategy is to maintain single award ID/IQcontracts under theauthority ofindividual J&As for a minimum of one (1) qualified item from any of six (6) product lines. This J&A is for a contract that will contain Contract Line Items (CLINs) for Raytheon the Transponder product line, including CLINS for engineering services, travel, anddata for the ordering period ofperformancedescribedherein. Themaximum contract amount covered bythis J&Ais$78M. The anticipated ordering period will be five (5) years from award of the contract, estimated to be 1 July 2016 through 1 July 2021. The Performance Period willexpire, and all requirements must besatisfied, on 1 July 2023 inorder to provide theflexibilityto accommodate 12 month production lead timeandassociateddelivery schedulerequirements. As a CNS/ATM II contractor, Raytheon will berequired to offer two year and ten year warranty periods for each item proposed andestablisha Return MerchandiseAuthorization(RMA)processforthereturnandrepairofdefectiveproducts.

The iGATM catalog for CNS/ATM II offers customers six product lines from which to procure items. The six product lines are based on responses from aircraft program office inquiries that began in 2012 and continue annually. The six product lines to be offered are:

Transponders

Standalone Precise Position Sensor (PPS) Embedded GPS/Inertial Navigation System (EGI) Multi Mode Receivers (MMR)

Traffic Collision Avoidance System (TCAS) SatelliteCommunicationsEquipment(SATCOM)

Raytheon is presently offering items to satisfy the Transponder product lines and this J&A is specifically for the products that meet Federal Aviation Administration (FAA) and International Civil Aviation Organization (ICAO) civil standards and

specifications.

Description of Product Lines Transponder Product Line Overview:

A transponder is an electronic device that produces a response when it receives a radio frequency interrogation. Aircraft have transponders to assist in identifying them on air traffic control radar; also collision avoidance systems have been developed to use transponder transmissions as a means of detecting aircraft at risk of colliding with each other. The aviation transponder is used by military as an "Identification friend or foe" (IFF) system to differentiate friendly from enemy aircraft on radar. Transponders operate in different modes or interrogation types. Various modes exist from Mode 1 to 5 for military use, to Mode A, B, C, D and S for civilian use. Some transponders are capable of operation in several different modes as is the case with the Raytheon APX 119 Mode 4/5/S/ IFF Digital Transponder.

Products Offered:

Raytheon has proposed the following items identified in section III under the Transponder Product Line that satisfy the Technical Requirements Documentation found in the CNS/ATM II solicitation: Multiple Transponder units may be included in the catalog. The actual Transponder unit used is determined during the aircraft design phase by the platform owners and integrators responsible for obtaining certification of the cockpit interfaces and the legacy aircraft structure. Once a Transponder unit is integrated into the cockpit, changing to a different contractor's products would cause the cockpit to lose its current airworthiness certification, as validated by

Ill. Description of supplies/services required to meet agency needs.

Part Number Model Number

APX-119 MKXllA DigitalTransponder APX-119 MKXllA Digital Transponder APX-119 MKXllA DigitalTransponder APX-119 MKXllA Digital Transponder APX-119 MKXllA DigitalTransponder APX-119 MKXllA Digital Transponder

MODE S IFFAPX-119 Compatible ControlPanel MODE S IFFA PX-119 Compatible ControlPanel MODE S IFFAPX-119 Compatible ControlPanel MODE S IFFA PX-119 Compatible ControlPanel MODE 5 IFFAPX-119 DigitalControl Panel

MODE 5 IFFAPX-119 DigitalControl Panel Personality Module

Nomenclature

Raytheon has proposed thefollow ing Upgrade items undertheTransponder Product Linethat satisfy theTechnical Requirements Documentationfound intheCNS/ATMIIsolicitat ion:

Part Number Model Number

APX-119 MKXllA Digital APX-119 MKXllA Digital APX-119 MKXllA Digital APX-119 MKXllA Digital APX-119 MKXllA Digital APX-119 MKXllA Digital APX-119 MKXllA Digital APX-119 MKXllA Digital MODE 5 IFF APX-119 Di

Most products w ill be procured with procurement appropriations. Some products will be procured in support of the Foreign Military Sales (FMS) program.

IV. StatutoryauthoritypermittingOther than Fulland Open Competition.

10 U.S.C.2304(c)( I),as implemented by FAR 6.302- (ii)(A)(B)

Only one responsible source,and no other supplies or services will satisfy the agency requirements without substantial duplication of cost to the Government that is not expected to be recovered through competition and unacceptable delays in fulfilling the agency's requirements

V. Demonstration that the contractor's unique qualfications or nature of the acquisition requires the use of the authority cited above (applicability of authority).

Raytheon is the exclusive supplier of its unique transponder equipment product lines and engineering support services for its specific equipment/items. In those platforms utilizing Raytheon's transponder equipment/items, no commona lity exists with other vendors' transponder configurations.

TheCNS/ATM IIcontract accommodates all DoDservices and aircraft. To ensureflight safety, the entiref leetof DoD military aircraftoperateunderacertificationforflight. This certification closes thearchitectureandplaceseacha ircraftcockpit avionics equipment andsoftware configurat ion underconfigurat ion control.A redesign to replace existingequipment

would necessitate a recertificationand validation effortto re-integrate new items and re-estab lish anewcockpit configurat ion.TherecertificationandvaIidationwould duplicatethe initialNon-recurr ingEngineering(NRE)certification

effortthat was requiredto initially certify the cockpit configurat ion and result insubstant ialduplicationof cost notexpected to berecoveredthrough competitionand unacceptabledelays in f ulfillingtheGovernments requirements.

A representative example is the C 17 that comprises of a fleet of 222 aircraft. If the C 17 were to change its existing certified

For the aircraft currently having cockpits certified with the Raytheon transponder, the aforementioned impacts would be costly in both funding and schedule.

To insure aircraft maintainability and flight safety, a certified, closed architecture cockpit configuration is necessary and intentional. For this reason, open systems architectures are not desirable. In the case of the C 17, a delay caused by the re certification of a cockpit configuration due to a change in a previously certified IFF Transponder was approximately 3 years. This schedule impact was anticipated by the C 17 as part of their Upgrade effort. However, a delay caused by an un anticipated change to the vendor of Transponder equipment will halt productions lines, necessitate emergency spare sourcing plans and push out the upgrade of the aircraft as well as withhold critical flight safety capabilities to affected aircrews. A delay of the capability could likely impact supply, personnel and munitions deliveries, and thereby increase the risk to loss of life and mission failures.

DataRights

The Raytheon transponder equipment/items have passed a Performance Assessment and are Government certified to meet the FAA standard for use in military aircraft. Accordingly, Raytheon is the only firm capable of providing the supplies and services described in Section III above without the U.S. Air Force experiencing substantial duplication of cost that could not be expected to be recovered through competition and unacceptable delays in fulfilling its requirements.

VI. Description of efforts made to ensure that offers are solicited from as many potential sources as practicable.

A synopsis for Sources Sought/Request for Information (RFI) for CNS/ATM II was originally published on FedBizOpps on 18 May 2012. The RFI listed six (6) product lines. The RFI generated six responses, two of which were small businesses. The criteria for evaluation as established in the RFI was to meet technical requirements as stated in the RFI's capabilities matrix for each product line and to offer both two (2) and ten (10) year warranty.

TCAS SATCOM MODE S/5 MMR GPS EGI 10Yr Warranty Small Bus

As shown in the preceding chart, all six product lines had responses to the RFI, as identified by an "X" or "U". Similar to the original RFI, quarterly RFIs are posted to identify additional vendors within the same six product lines. No responses were received to the most recent RFI that was issued in 27 January 2016. As shown in the preceding chart, all six product lines had responses to the RFI, as identified by an "X" or "U". Similar to the original RFI, quarterly RFIs are posted to identify additional vendors within the same six product lines. No responses were received to the most recent RFI that was issued in January 2016. Based on recent market research and closed cockpit restrictions, the research will be re examined quarterly. A Notice of Contracting Action was closed on 8 April 2016 with no objecting responses.

VII. Determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable.

The prices associated with this effort will be determined to be fair and reasonable to the Government by the following methods:

1. Cost analysis will be conducted in accordance with FAR 15.404 1 to ensure offered prices are fair and reasonable. In addition to the analysis of the cost and pricing data being received, the Contracting Officer will use Program Office Estimates as well as prices obtained in previous purchases to determine whether the Government is receiving a fair and reasonable price.

2. The Contracting officer will obtain certified cost and pricing data from Raytheon. The data will be analyzed by local price analysts. The final price will be evaluated and negotiated by the PCO in accordance with Part 15.

VIII. Description of the market research conducted and the results, or a statement of the reasons market research was not conducted.

As described in Section V, Raytheon is the exclusive supplier of its unique Transponder equipment product lines and engineering support services for that equipment. In those platforms utilizing Raytheon's Transponder equipment in their closed system cockpit configuration, no commonality exists with other vendors' Transponder configurations. To insure aircraft maintainability and flight safety, a certified, closed architecture cockpit configuration is necessary.

IX. Anyotherfacts supportingthe use of Other Than Fulland Open Competition.

N/A

X. Listof sources,if any,that expressed interest inthe acquisition.

See Section VI above

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.

For legacy aircraft platform configurations, the Government does not anticipate being able to overcome the ba rriers to competition due to the restricted/limited intellectua l property rights, the closed systems architecture of aircraft program office's cockpits, and the aircraft program off ices' need to keep one cockpit configu ration for all aircraft.

XII. Certificationbythe ContractingOfficer.

The Contracting Officer's signature on the Coordinat ion and Approva l Document evidences that he has determined this document to be both accurate and complete to the best of his knowledge and bel ief (FAR 6.303-2(b)(12))

XIII. Certification by the technical/requirements personnel.

As evidenced by their signatures, the technical and /or requ irements person nel have certified that any supporting data contained herein, which is their responsibility, is both accurate and complete. (FAR 6.303-2(c))

Overview

Award Date
July 7, 2017
Response Deadline
None
Posted
July 12, 2017, 7:22 a.m. EDT
Set Aside
None
Place of Performance
Raytheon Company 6260 GUARDIAN GATEWAY ABERDEEN PROVING GROUND, MD 21005 USA
Source

Current SBA Size Standard
1350 Employees
Pricing
Likely Fixed Price
On 7/12/17 AFLCMC Tinker AFB issued Justification and Approval FA8730-15-R-0027 for CNS/ATM II APX-119 Transponders.
Primary Contact
Title
None
Name
Mark W. Caefer   Profile
Phone
(781) 225-5418

Secondary Contact

Title
Contracting Officer
Name
Richard Williams   Profile
Phone
(781) 225-5125

Documents

Posted documents for Justification and Approval FA8730-15-R-0027

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Justification and Approval FA8730-15-R-0027

Potential Bidders and Partners

Awardees that have won contracts similar to Justification and Approval FA8730-15-R-0027

Similar Active Opportunities

Open contract opportunities similar to Justification and Approval FA8730-15-R-0027

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > BATTLE MANAGEMENT > FA8102 AFLCMC HBK
FPDS Organization Code
5700-FA8102
Source Organization Code
100258409
Last Updated
Aug. 6, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 6, 2017