Massachusetts Bids > Bid Detail

SINGLE SOURCE JUSTIFICATION FOR SKID SWAP CONVERSION (FORD F-150 TO F-250) SERVICES IN SUPPORT OF THE MOBILE SURVEILLANCE CAPABILITIES (MSC)

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159318799655650
Posted Date: Oct 29, 2022
Due Date:
Solicitation No: 6973GH-22-05350
Source: https://sam.gov/opp/4770775c46...
Follow
SINGLE SOURCE JUSTIFICATION FOR SKID SWAP CONVERSION (FORD F-150 TO F-250) SERVICES IN SUPPORT OF THE MOBILE SURVEILLANCE CAPABILITIES (MSC)
Active
Contract Opportunity
Notice ID
6973GH-22-05350
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
Award Details
  • Contract Award Date: Jan 05, 2023
  • Contract Award Number: 6973GH-23-SKID
  • Task/Delivery Order Number:
  • Modification Number:
  • Contractor Awarded Unique Entity ID:
General Information
  • Contract Opportunity Type: Justification (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 28, 2022 10:16 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 15, 2022
  • Authority: FAR 6.302-1 - Only one responsible source (except brand name)
  • Initiative:
    • None
Classification
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    North Billerica , MA 01862
    USA
Description

Title of Procurement



Acquisition of skid conversion services for the FLIR Lightweight Vehicle Surveillance System (LVSS) also known as Mobile Surveillance Capability (MSC) Lite system in support of Customs and Border Protection (CBP).



Nature of Procurement Action



The Federal Aviation Administration (FAA) proposes to acquire skid conversion services for the LVSS system through Single Source procedures. The proposed vendor is Teledyne FLIR Commercial Systems (“FLIR”), Inc., 25 Esquire Road, North Billerica, MD 01862 with a System for Award Management (SAM) Unique Identifier Number J49XN6G3JPF5. FLIR is the only source that can provide the parts and services necessary to satisfy this requirement.





It is anticipated that a Firmed-Fixed Price Purchase Order (PO) will be utilized for this effort, as the LVSS systems are considered commercial products. The LVSS system is listed on FLIR’s General Services Administration (GSA) schedule GS-07F-0486V as a complete system. As the system is listed on the GSA Advantage website, this system is considered a commercial product.





Description of Supplies/Services



The LVSS is a skid-based solution that converts a full-sized commercial pickup truck into a rapidly deployable command and control center. The system contains a radar, electro-optical camera (EO camera), and infrared cameras (IR cameras) mounted to a 16 foot mast. This system uses the FLIR Cameleon Command and Control software for full perimeter security operations. This software has the capability of tracking up to 500 targets simultaneously and bring long-range surveillance to the threat from distances of over 12 miles. Because of the mobility, flexibility and speed of the system, the LVSS system can be used in many different terrains both day and night.



There are currently seven (7) operational LVSS FLIR systems deployed and operating in the field by CBP agents. To support and maintain the fielded systems, skid conversion services are necessary at this time. The Federal Aviation Administration Logistics Center (FAALC) has identified the parts and services required in coordination with CBP. The current system is deployed on Ford F-150 pickup trucks; whereas the conversion services will remove the skid from the F-150s and re-install on Ford F-250’s (CBP owned vehicles).





Authority



Authority for single source procurement is provided by FAA Acquisition Management System (AMS) policy section 3.2.2.4.





An Inter-Agency Agreement between the Department of Homeland Security (DHS) and the Federal Aviation Administration Logistics Center (FAALC) authorizes and funds the FAALC to provide the DHS Customs and Border Protection Agency (CBP) with supply chain management support, including the award and administration of supplier contracts, as required for U.S. Border Security Systems and necessary to accomplish the U.S. Customs and Border Protection Agency’s mission.





Rationale Supporting Use of a Single Source



Standardization





As the LVSS is a proprietary system to FLIR, it is necessary to use the parts and services that are same form fit and function for replacement. The FLIR components in each of the three systems are critical to the operational availability of the LVSS system. Any degradation of performance, or incompatibility of parts, could have detrimental impacts on U.S. border security. CBP, nor the FAA, maintains the technical ability to integrate parts into this system that is not currently in the system configuration baseline. As such, there are no existing Government processes to qualify additional sources for the repair or manufacture of compatible spare parts for existing FLIR components.





Expertise





As FLIR designed and produced the LVSS unit, FLIR is the only source that has the capability of successfully performing these services. If the FAA were to pursue another source, there is potential that the unit would not be configured correctly. This would require FLIR to provide re-work of what another vendor had tried to accomplish. As this is not simply removing a unit and placing on another vehicle, FLIR’s expertise is configuring and calibrating the equipment to their own specifications.





Proprietary to FLIR





FLIR is the only known source that can provide the required services as the LVSS design is proprietary to FLIR and only FLIR has the specifications information.





When these systems were procured, the Government did not purchase all necessary technical, logistics, and maintenance data needed to support the systems. The data and knowledge necessary to repair and maintain existing assets (manufactured by FLIR) within these systems, in addition to manufacturing replacement or spare parts, is the exclusive proprietary property of FLIR Systems, Inc. FLIR has not licensed this data or knowledge to any other vendors. FLIR will not sell or otherwise provide data, knowledge, or other intellectual property necessary to compete the required support.





Urgency and Corporate Contract





At this time, there are no resources available at the FAALC to support any of the deployed systems in the field. If a system were to go down, the FAALC is not in a position of immediate support. There is currently a modification being worked on to a FLIR Corporate Contract (6973GH-18-D-00085), in which this system and sparing capabilities will be added, however, that is likely months away. Therefore, it is imperative that these services be acquired as soon as possible in order to continue support of the deployed systems.







Market Analysis



An Internet search was performed by the Requiring Organization (AJW-L500) to see if any other sources could be located (or distributors of FLIR products), to which no other sources could be located. A request was sent to FLIR to confirm the LVSS system and components were proprietary. A response was received in 2020 for another effort involving the LVSS system by Sean Keating (Program Manager from FLIR), confirming that the LVSS system is proprietary to FLIR.





According to the FAA’s Acquisition Management System (AMS), a formal announcement is required for acquisitions over $150,000.00. A formal announcement was posted to the System for Award Management website (sam.gov) website on September 19, 2022 with a closing date of September 26, 2022. Teledyne FLIR was the only responder to the Market Survey, thus confirming FLIR as the only source that can provide the services necessary for this requirement.





Other Facts Supporting Use of Single Source



The single source nature of the required services from FLIR is not anticipated to change during the life of the system. CBP estimates the life of the LVSS system will be in use for at least eight more years. The proprietary FLIR components will be used in each of these systems until they are deactivated.




Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 28, 2022 10:16 am EDTJustification (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >