Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2016 FBO #5362
SOURCES SOUGHT

31 -- Kamatic Bearings

Notice Date
7/27/2016
 
Notice Type
Sources Sought
 
NAICS
332991 — Ball and Roller Bearing Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
 
ZIP Code
23705-0215
 
Solicitation Number
N5005416T0011
 
Archive Date
8/18/2016
 
Point of Contact
MARMC Code 411, Phone: 7574433872 x4317, Clarence G. Spaulding, Phone: 7574433872 x 4317
 
E-Mail Address
MARMC_NRFK_411_PROCUREMENT@navy.mil, clarence.spaulding@navy.mil
(MARMC_NRFK_411_PROCUREMENT@navy.mil, clarence.spaulding@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
JUSTIFICATION AND APPROVAL FOR USE OF SOLE SOURCE 1. Contracting Activity. MID-Atlantic Regional Maintenance Center (MARMC) Contracting Department Code 411, 9727 Avionics Loop, Norfolk, VA 23511-2124 2. Description of the Action Being Approved. In the past, numerous bearing block seal failures lead to compensation oil leakage and allowed sea-water to enter the bearing blocks. Over time, the sea-water can corrode the original steel roller bearings, potentially causing bearing failure. In July 2006, the Land Based Test Facility (LBTF) at NUWCDIVNPT was upgraded with the prototype Kamatics bearings onto the Capstan Drive Crum, Capstan Idler Drum and the Stowage Drum. The procedures used to guide the Kamatics bearing installations were validated for future use within Technical Manuals (SE325-CF-MMI-A10, SE325-CF-MMM-A10), Maintenance Standards (MS 5850-081-148, MS 5850-081-149) and Engineering Change Instructions TS-F-0568 and TS-F-0569. The estimated dollar value of this action is $226,310.00 and the required deliver date is 255 days after placement of order. An award of a contract, on a sole source basis, is requested for the procurement of supplies from KAMATICS Corporation. The authority to act under this class justification expires on August 31, 2016. 3. Description of Supplies/Services. The supplies to be acquired are the KAMATICS bearing with the proprietary KAron-V coating, as defined by the NAVSEA source control drawings. They have been analyzed, tested and evaluated sufficiently by the In-service Engineering Agency (ISEA) to be authorized for use on the OA-0=9070 Series Thin Line Towed Array Handling Equipment per ECPs TS-F-0568 and TS-F-0569. These items, once receipt of order is received, will ship in 255 days. Item Description Part Number/Drawing Number QTY Unit Price Bearing, Plain Spherical KSC416460V (Drawing 6878938 REV B) 14ea $8,265.00 Bearing, Plain Spherical KSC416356V (Drawing 6878937 REV A) 28ea $3,950.00 Estimated Dollar Value: $226,310.00 Appropriation Account: O&MN FY: 2016 4. Statutory Authority Permitting SOLE SOURCE. A sole source acquisition under the authority of 10 U.S.C. § 2304(c) (1) as implemented by FAR 6.302-1(a). 5. Rationale Justifying Use of Cited Statutory Authority. The authority cited in paragraph 4 above is applicable due to Kamatics Corporation is the only know manufacturer and distributer of bearings that meet the technical specifications as determined by NAVSEA. The Kamatics Corporation coats their bearings with a special proprietary, self-lubricating coating, (Karon-V) that requires no additional lubrication or compensation, making them maintenance free for an expected life of greater than 10 years. Additionally this will drastically reduce expensive dry dock and pier-side bearing, and seal and bearing replacement due to compensation oil leakage and sea-water- contamination. The supplies to be provided under the authority requested by this J&A are critical and necessary in order for the Navy to continue its mission. 6. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. There are no known manufactures of parts that have been approved or that can immediately provide the supplies to meet the required specifications. The proposed contract action and sole source justification will be synopsized on the FedBizOpps (FBO) website. 7. Determination of Fair and Reasonable Cost. The Contracting Officer has determined the anticipated cost to the Government of the supplies/services covered by this J&A will be fair and reasonable. 8. Actions to Remove Barriers to Future Competition. For the reasons set forth in Paragraph 5, MARMC has no plans at this time to compete future contacts for the types of supplies/services covered by this document. If another potential source emerges, MARMC will assess whether competition for future requirements is feasible. 9. CONTRACTING POINT OF CONTACT Greg Spaulding, Contract Specialist, 757-443-3872 x4317 or Morgan Myrick, Contracting Officer, 757-443-3872 x 1848.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8645d08d8e136203aa1471665976289e)
 
Place of Performance
Address: Mid-Atlantic Regional Maintenance Center 9727 Avionics Loop, Norfolk, Virginia, 23511-2124, United States
Zip Code: 23511-2124
 
Record
SN04198022-W 20160729/160727234846-8645d08d8e136203aa1471665976289e (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.