Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SPECIAL NOTICE

51 -- 5180-01-487-4512 SSJ - SSJ

Notice Date
8/26/2013
 
Notice Type
Special Notice
 
NAICS
332216 — Saw Blade and Handtool Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), FMHAC & HSOC, 1500 East Bannister Road, Kansas City, Missouri, 64131, United States
 
ZIP Code
64131
 
Solicitation Number
5180-01-487-4512-SSJ
 
Archive Date
10/11/2013
 
Point of Contact
Katie Norton, Phone: 8169263582
 
E-Mail Address
katie.norton@gsa.gov
(katie.norton@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SSJ General Services Administration Heartland Supply Operations Center Special Order Tools Branch Sole Source Justification IAW 41.U.S.C. 253 and FAR 6.303 NSN 5180-01-487-4512, Rotor Bolt Tool Kit Requisitions: W813LX-3205-0128, W813LX-3205-0129 & W813LX-3205-0130 •1. Identification of the agency and the contracting activity: The contracting activity is General Service Administration (GSA), Federal Acquisition Services (FAS), Heartland Supply Operations Center (HSOC), Special Order Program (SOP), 1500 E. Bannister Road, Kansas City, MO 64131. The requesting activity for these acquisitions is the U.S. Department of the Army in Fort Campbell, KY. •2. Nature and/or description of the action being approved: HSOC has received three (3) requisitions W813LX-3205-0128, W813LX-3205-0129 & W813LX-3205-0130, for the procurement of a total of three (3) Rotor Bolt Tool Kits, NSN 5180-01-487-4512 (Attachment B). This NSN is written IAW HYTORC part number HY-AMBR, of which they are the OEM, Patent no. US 7,261,081 B2. HYTORC is the OEM of the item, i.e. designer/creator, manufacturer, and only distributor of this item. •3. A description of the supplies or services required to meet the agency's needs (including the estimated value: NSN 5180-01-487-4512, Rotor Bolt Tool Kit, contains: Kit is single tool for fast rundown and accurate final torquing that eliminates the need for impact guns used for pre-torquing. Contains: dual speed J-gun, reversible dual-drive assembly, reaction links, slide hammer bolt extractor, protective carrying case, and pneumatic hoses. Carrying Case: extra handles including telescoping transport handle, caster sets, locking cable/hasps, purge or fill valves, and airtight case system. J-gun - dual speed; torque range 320-1285 ft-lbs; Sizes: 7/8 inch - 1-3/8 inch; Provides accurate crushing of the PLI washer, powerful fast break out of the tightest nuts, one person operation with NO pinch points or kick-back, dual speed: 1st gear for quick nut rundown, 2nd gear for powerful torquing, over 100 ft-lbs at high speed. Assembly - Torque Range 915 - 3305 ft-lbs; Drive Size: 3/4 inch & 1 inch; Bolt Sizes: 1-1/4 inch - 1-7/8 inch. HYTORC commercial pricing for this item is 17,298.75 but has given GSA a discount off of that price which is $15,136.14. The total cost for these 3 requirements would be $45,408.42. The customer requires this specific NSN as it was designed for use by HYTORC for the U.S. Army to be used specifically on the Apache Helicopters for the Apache Drive Assembly that allows for rapid assembly and hands free/pinch point free tightening without reacting off the helicopter housing. •4. Identification of the statutory authority permitting other than full and open competition: This acquisition is made pursuant to the authority of 41 USC 253(c)(1); only one responsible source and no other supplies will satisfy agency requirements and FAR 6.302-1: When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. (i) Supplies or services may be considered to be available from only one source if the source has submitted an unsolicited research proposal that- (A) Demonstrates a unique and innovative concept (see definition at 2.101), or, demonstrates a unique capability of the source to provide the particular research services proposed; (B) Offers a concept or services not otherwise available to the Government; and (C) Does not resemble the substance of a pending competitive acquisition. •5. A demonstration that the proposed contractor's unique qualification or the nature of the acquisition requires use of the authority cited: HYTORC is the OEM of this item, i.e. designer/creator, manufacturer, and only distributor of this item. The customer requires this specific NSN as it was designed for use by HYTORC for the U.S. Army to be used specifically on the Apache Helicopters for the Apache Drive Assembly that allows for rapid assembly and hands free/pinch point free tightening without reacting off the helicopter housing. •6. A description of the efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will not be publicized as required by subpart 5.2 and, if not, which exception under 5.202 applies: The exception of 5.202(a)(6) which states: the proposed contract action is an order placed under subpart 16.5. When the order contains brand-name specifications, see especially 16.505(a)(4), in which this case it does. •7. A determination by the Contracting Officer that the anticipated cost to the Government will be fair and reasonable: GSA Schedules was consulted, and this item is not available. Prices are determined fair and reasonable based on Purchase Order Procurement Information (POPI) history. Additional, the manufacturer is allowing for additional discounts due to the quantity being ordered at this time. •8. A statement of market research that was conducted: GSA Advantage was checked and the CO was unable to locate this item by searching the part number or the NSN. According to David Ricca, Customer & Sales Support Manager, HYTORC, they are the OEM of this item and they do not have additional distributors of this item besides themselves. Historically, HSOC Engineering has been consulted, and according to the history on this NSN, this item has always been assigned the HYTORC part number as the NSN was built specifically for this part number, unfortunately HSOC Engineering has no additional information on who initiated this NSN, other than it looks like it was an item that was transferred from the US Army to GSA to be managed in March 2011, when questioned HSOC Engineer Mike Moran on procurement for PO number MPN-B-SP644-2M, he stated that "he didn't have the capability to determine if another product would meet the requirements" of the HYTORC P/N and since HYTORC was the OEM of this item it would be considered the sole source justification. Additional in previous procurments, Tina Marshall with HSOC Engineering was contacted since her name was attached to the ECF file, she only did the procurement change from the Army and that she suggested I contact William Welzenbach who initiated the procurement change. Attempts to contact William Welzenbach have been unsuccessful. Tina Marshal stated "The only other thing I know per the vendor is it is used on the Apache Helicopter by Ft Hood & Ft Rucker & Ft Campbell." This information remains true with this procurement. The CO was able to deduct that this NSN was initiated by the U.S. Army, based on the little information found in the Electronic Contract File (ECF). •9. Other facts supporting the use of other than full and open completion: This item was specifically designed for use on the Apache Helicopters as a way that allows for rapid assembly and hands free/pinch point free tightening without reacting off the helicopter housing. This item is manufactured and solely distributed by HYTORC, and therefore no other attempts will be made to procure this item from another source. •10. Sources which expressed in writing an interest in the acquisition: None •11. Actions the agency may take to remove or overcome any barriers to competition before any subsequent acquisitions for the supplies or services required: Further requirements will be handled on a case by case basis to determine if competition is feasible without adversely impacting the mission of the customer. •12. Contracting Officer 's certification that the justification is accurate and complete to the best of the contracting officer's knowledge and belief: I certify that the facts and representations under which are included in this justification and approved for other the full and open competition are complete and accurate to the best of my knowledge.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/20529c2c0009e5392d00040821085242)
 
Record
SN03163162-W 20130828/130827000108-20529c2c0009e5392d00040821085242 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.