Justification and Approval – Minot AFB, ND Missile Alert Facilities
| Federal Information & News Dispatch, Inc. |
Notice Type: Justification and Approval
Posted Date:
Office Address:
Subject:
Classification Code: D - Information technology services, including telecommunications services
Contact:
Description:
DITCO-Scott
JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION (OTFAOC) FAR Part 6 Justification, Supporting Procurements under FAR Part 12, FAR Subpart 13.501, and FAR Part 15 Purchase Request Number: NA Contract Number: DCA200-01-C-5012 Task/Delivery Order Number: P00024 Procurement Title: Missile Alert Facilities (MAFs)
OTFAOC Justification for OTFAOC Number:
Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of OTFAOC of the proposed contractual action pursuant to the authority of 10 U.S.C. 2304(c). Citations: 10 U.S.C. 2304(c)(1). FAR 6.302-1. Only one, or a limited number of responsible sources and no other supplies or services will satisfy agency requirements permitting OTFAOC.
JUSTIFICATION
1. REQUIRING AGENCY AND CONTRACTING OFFICE: Requiring Agency: Air Force Global Strike Command (AFGSC/A6XP)
Contracting Office:
2. NATURE/DESCRIPTION OF ACTION(S): This Justification for OTFAOC is submitted for the purpose of issuing a modification to the current contract DCA200-01-C-5012, with
3. DESCRIPTION OF SUPPLIES/SERVICES: This contract supports the MAF and 100% of the missile warning communication services for
This modification will extend the period of performance under the current statement of work (SOW) so there will be no break in network support during the contract upgrades and transition period to the new contract. The continuation of contract DCA200-01-C-5012 will ensure outages are controlled, circuits are secured and the interface and telecommunication services are maintained between
The current contractor, SRT, provides a point-to-point service, providing a secure link between
This Minot AFB MAF Support network cannot be shared or interfaced with other services or networks without the written consent of the Government. AFGSC requires the contractor to provide a communications network whose common points of entry or exit will not be subject to a failure. Such failure will cause isolation between deployed military forces and the main operating base at
4. IDENTIFICATION OF STATUTORY AUTHORITY: Only one responsible source and no other supplies or services will satisfy agency requirements, 10 U.S.C.2304(c)(1). (FAR 6.302-1/Defense Federal Acquisition Regulation Supplement 206.302).
5. DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: (a)Description of events. Contract DCA200-01-C-5012 was awarded to
In
(a) Justification: (1) Minimum Government requirements. The purpose of an extension to the current contract is to ensure the services provided by the Minot AFB MAF Network are uninterrupted during the equipment upgrades and transition to the Networx contract. Failure to extend the current contract creates serious consequences to the national defense of
* The pressure monitory response transmitter that provides dial up data for the hardened inter-site cable system.
* The vehicle identification link that provides dialup data on the status of the fuel tanks.
* The remote automated weather station that provides dial up data for weather. This is for the
All service points are critical to mission effectiveness. A 99.5% availability rate must be maintained whenever the network is operational, and not in a state of repair or preventive maintenance. This contract supports the MAF and 100% of the missile warning communication services for
(2) Proposed sole source contractor. SRT is uniquely qualified to continue the required work because they are the only contractor with their services currently in place. For a new contractor to provide the same or similar services would not be cost effective for the Government or practical for the AFGSC.
(3) Discussion regarding cause of the sole source situation. An award to another vendor would be a substantial duplication of effort and cost to the Government. The services that are being extended by this contract have already been issued on the Networx contract, but have yet to be completed. It is relatively unquantifiable to put a cost figure on the amount it would cost the Government to halt all efforts of communications to award to a new vendor. It would also be duplication of efforts as all the recent investments under the Networx transition would be lost and not be able to be recouped by the Government. Additionally, the downtime of these missile defense circuits, critical to the national defense is not acceptable as there is a basic 99.5% availability rate requirement. Additional transition time is necessary to insure the MAF circuits are transitioned to the Networx vendor without impact to the mission. The cost of mission failure remains unquantifiable and cannot be recouped by the Government.
(4) Demonstration of unique source. AFGSC requires additional time to allow for Networx equipment installation and
(6) Impact. To award this extension of services to a new third party/non Networx contractor would necessitate new equipment/services that will require additional time for site surveys, power, rack space for equipment and other ancillary services. An additional transition to and from a third party is not practical or even feasible. Additionally, the current contractor would need to remove their equipment while the newly contracted contractor would be required to transition their equipment in place. This would cause various outage concerns and network vulnerabilities; causing mission failures as AFGSC is required to maintain a 99.5% availability rate. 6. FEDBIZOPPS ANNOUNCEMENT/POTENTIAL SOURCES: The modification resulting from this action will be synopsized on the Federal Business Opportunities website. The approval authority will be advised of any responses to the synopsis..
7. DETERMINATION OF FAIR AND REASONABLE COST: The prices will be a continuation of the prices on the current contract for the Minot AFB MAF network support being provided as the level of support has not changed. The original prices were based on adequate price competition at the time of the initial contract award and were determined to be fair and reasonable at that time. For this contract extension, the Contracting Officer will make a determination that the proposed prices are fair and reasonable before any contract extension is awarded.
8. MARKET RESEARCH: N/A. Market research was not required as the Government can only continue supporting the
9. ANY OTHER SUPPORTING FACTS: None
10. LISTING OF INTERESTED SOURCES: For the current contract extension, a notice of intent was issued in FedBizOpps on
11. ACTIONS THE AGENCY MAY TAKE TO REMOVE OR OVERCOME BARRIERS THAT LED TO THE EXCEPTION TO FULL AND OPEN COMPETITION.
Procurement History: This is an interim solution until all circuits are transitioned to the Networx Contract. The Networx solution was competed amongst all Networx contract holders.
12. REFERENCE TO THE APPROVED ACQUISITION PLAN (AP): Per Defense Acquisition Regulation Supplement 7.103, a written AP is not required under this dollar threshold.
TECHNICAL CERTIFICATION: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief.
NAME: ______________________ SIGNATURE: _______________________ (Print/Type)
TITLE/ORGANIZATION: _____________________________ PHONE: _______________ (Print/Type) DATE: ________
REQUIREMENTS CERTIFICATION: I certify that the supporting data under my cognizance which are included in the J&A are accurate and complete to the best of my knowledge and belief.
NAME: ______________________ SIGNATURE: _______________________ (Print/Type)
TITLE/ORGANIZATION: _____________________________ PHONE: _______________ (Print/Type) DATE: ________
CONTRACTING OFFICER APPROVAL: I certify that this justification is accurate and complete to the best of my knowledge and belief.
NAME: Angela K. Zang SIGNATURE: _______________________ (Print/Type)
TITLE/ORGANIZATION: DITCO Contracting Officer PHONE: 618-229-9435 (Print/Type) DATE: ________
ALL QUESTIONS REGARDING THIS JUSTIFICATION ARE TO BE REFERRED TO Angela K. Zang, Contracting Officer, 618-229-9435, [email protected]
Link/URL: https://www.fbo.gov/spg/DISA/D4AD/DITCO/DCA200-01-C-5012/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: </td> | 2476 |



New FEMA maps and flood insurance could mean premium increases
Advisor News
- Flexibility is the future of employee financial wellness benefits
- Bill aims to boost access to work retirement plans for millions of Americans
- A new era of advisor support for caregiving
- Millennial Dilemma: Home ownership or retirement security?
- How OBBBA is a once-in-a-career window
More Advisor NewsAnnuity News
- 2025 Top 5 Annuity Stories: Lawsuits, layoffs and Brighthouse sale rumors
- An Application for the Trademark “DYNAMIC RETIREMENT MANAGER” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Product understanding will drive the future of insurance
- Prudential launches FlexGuard 2.0 RILA
- Lincoln Financial Introduces First Capital Group ETF Strategy for Fixed Indexed Annuities
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Private placement securities continue to be attractive to insurers
- Inszone Insurance Services Expands Benefits Department in Michigan with Acquisition of Voyage Benefits, LLC
- Affordability pressures are reshaping pricing, products and strategy for 2026
- How the life insurance industry can reach the social media generations
- Judge rules against loosening receivership over Greg Lindberg finances
More Life Insurance News