This Justification and Approval (J&A) document, J&A No. NSWC-PHD-JA-25-081, outlines the rationale for using other than full and open competition for the procurement of FSP Technologies branded ATX Flex Power Supply part number FSP500-50FBD. This specific power supply is the only one that has passed Equipment Qualification Testing (EQT) and is approved for use on U.S. Navy ships with the new motherboard. Using any other brand would necessitate new EQT and drawing approvals, leading to substantial unrecoverable cost duplication. Despite efforts to solicit offers from various sources, including postings on NASA SEWP and SAM.gov, no other capable sources were found that meet the programmatic requirements. The contracting officer has determined the anticipated cost to be fair and reasonable and commits to ongoing market research to identify potential future competitive sources. The document includes certifications from technical/requirements, legal, and contracting officers, with approval granted by Brian Carpenter.
This document outlines the Navy Marine Corps Acquisition Regulation Supplement's provisions regarding the determination of fair and reasonable costs and actions to promote future competition. It states that the Contracting Officer has deemed the anticipated cost of supplies/services fair and reasonable. Furthermore, it details the NSWC PHD Contracts Office's commitment to conducting ongoing market research to broaden the vendor base and assess the feasibility of competition for future requirements as new sources emerge. This ensures continued efforts to remove barriers to competition in future acquisitions.
The document, J&A No. NSWC-PHD-JA-25-082, is a Justification and Approval (J&A) related to a procurement action by the Navy Marine Corps Acquisition Regulation Supplement. It includes certifications from technical/requirements personnel, legal sufficiency review, and the contracting officer. The technical/requirements certification attests to the completeness and accuracy of facts and representations. The legal review confirms the justification's legal sufficiency. The contracting officer certifies the justification's accuracy and completeness, and subsequently approves the solicitation of the described procurement using other than full and open competition, citing the authority of 10 U.S.C. 3204(a)(1). Brian Carpenter, the Contracting Officer, digitally signed the approval on June 5, 2025.
The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) plans to award a firm-fixed price contract on a brand name basis for Patton Electronics Rack Mount Chassis (RMC) and fiber optic isolators (FOIs). This justification for "other than full and open competition" is based on 10 U.S.C. 3204(c)(1), as Patton branded parts (FOI-4411-R-ST, FOI-4451-R-ST, and RMC-3102R) are the only ones that have passed extensive functional, environmental, and counterfeit avoidance testing required for use within specific configurations onboard U.S. Navy ships. Using any other brand would incur substantial, unrecoverable costs for re-testing and redrafting approved drawings. Market research confirmed Patton as the sole authorized brand, and efforts to solicit offers yielded no other capable sources. The anticipated cost is deemed fair and reasonable, and NSWC PHD will continue market research to identify potential future competitive sources.
The document is a Justification and Approval (J&A) for a procurement using other than full and open competition, specifically J&A No. NSWC-PHD-JA-25-085, dated April 2018 (Change 18-24). It includes certifications from technical/requirements personnel, confirming the accuracy of facts and representations. A legal sufficiency review determined the Justification to be legally sufficient. The Contracting Officer, Brian Carpenter, certified the Justification's accuracy and completeness and approved the procurement, citing the authority of 10 U.S.C. 3204(a)(1). This approval signifies the decision to proceed with a procurement without full and open competition, based on the provided justification and legal review.
The document, J&A No. NSWC-PHD-JA-25-087, is a Justification and Approval for other than full and open competition for the procurement of serial interface cards. It asserts that only one specific brand meets programmatic requirements, as other brands would necessitate additional testing and new drawings, leading to substantial unrecoverable cost duplication. Despite efforts to solicit offers from various sources, including GSA Advantage, internet searches, and postings on NASA SEWP and SAM.gov (which yielded four responses from capable sources), the justification concludes that no other brand is compatible. The Contracting Officer has determined the anticipated cost to be fair and reasonable and commits to ongoing market research to broaden the vendor base for future requirements, ensuring competition is assessed if new sources emerge. The document includes certifications from technical/requirements, legal, and contracting officers, with approval from Brian Carpenter, Contracting Officer, for the procurement using other than full and open competition under 10 U.S.C. 3204(a)(1).
The Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD) plans to award a firm-fixed price contract for ServersCheck branded environmental monitoring sensors (ENV-TEMP, PWR-AC-FAIL, BASE-WIRED). These sensors are crucial for monitoring environmental conditions within the Naval systems, supporting Supply Chain Risk Management, and preventing counterfeit materials. The ServersCheck brand is the only one that has met stringent industry and government standards, passed Functional Qualification Testing (FQT), and Environmental Qualification Testing (EQT) for use on U.S. Navy ships. Procuring a different brand would incur an estimated $75K duplication cost due to re-testing and approval processes. Despite efforts to solicit offers from various sources, no other brand was found to meet the specific programmatic requirements. The contracting officer determined the cost to be fair and reasonable and will continue market research to identify potential future competitive sources.
The Navy Marine Corps Acquisition Regulation Supplement addresses the sole-source procurement of the Tempo Communications Optical Power Test Set for the NSWC PHD program. This specific test set is the only one approved with a National Stock Number (NSN) for use as General Purpose Electronic Test Equipment (GPETE), as mandated by OPNAV INSTRUCTION 3960.16C. Using an alternative would cause non-compliance and a significant 6-12 month delay due to extensive testing and approval processes at a separate Department of the Navy activity, jeopardizing NSWC PHD’s ability to meet FMS customer schedules. Market research, including solicitations on NASA SEWP and SAM.gov, confirmed no other brand meets the programmatic requirements. The contracting officer determined the cost to be fair and reasonable, and NSWC PHD will continue market research to identify potential future competitive sources.
This Justification and Approval (J&A) document, NSWC-PHD-JA-25-086, from the Navy Marine Corps Acquisition Regulation Supplement, outlines the rationale for a non-competitive procurement of a specific brand of cPCI due to substantial duplication of cost for retesting and redrafting if another brand were used. Efforts were made to solicit offers, including posting sources sought to NASA SEWP and SAM.gov, which yielded four responses from capable sources on SAM.gov but none from NASA SEWP. The Contracting Officer determined the anticipated cost to be fair and reasonable and certified the accuracy and completeness of the justification. Actions to remove future barriers include continued market research to broaden the vendor base and assess future competition feasibility. The document includes technical, legal, and contracting officer certifications and approval for using other than full and open competition under 10 U.S.C. 3204(a)(1).
The document explains the sole-source acquisition of Viavi Solutions and Keysight Technologies branded OTDR Analyzers for the Navy Marine Corps due to strict compliance requirements. OPNAV INSTRUCTION 3960.16C mandates the use of GPETE parts with an approved National Stock Number (NSN), and these specific OTDR Analyzer brands are the only ones currently approved. Selecting an alternative would cause non-compliance and an unreasonable delay of 6-12 months due to extensive testing and approval processes at a separate Department of the Navy activity. Efforts to solicit offers confirmed no other brand met programmatic requirements, although numerous sources were contacted for pricing and availability. The anticipated cost is deemed fair and reasonable, and market research will continue to broaden the vendor base for future competition.
Standard Form 1449 (SF-1449) is a multi-purpose government form used for solicitations, contracts, and orders for commercial products and services. It facilitates the acquisition process by detailing requirements, terms, and conditions. The form is applicable to various solicitation methods, including Requests for Quotes (RFQ), Invitations for Bids (IFB), and Requests for Proposals (RFP). It also incorporates set-aside options for small businesses, such as Women-Owned Small Businesses (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone Small Businesses, and general Small Businesses. The form outlines sections for contractor and government information, itemized schedules of supplies/services, pricing, accounting data, and legal clauses from the Federal Acquisition Regulation (FAR). Contractors are required to complete specific blocks, sign the document, and return copies to the issuing office, signifying their agreement to furnish and deliver items under the specified terms. The SF-1449 is a crucial document for government procurement, ensuring standardized procedures and compliance with federal regulations.