Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2019 FBO #6286
SOLICITATION NOTICE

58 -- Pioneer DVL-XRT

Notice Date
2/6/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
110 Vernon Avenue Panama City FL 32407
 
ZIP Code
32407
 
Solicitation Number
N61331-19-Q-VT11
 
Response Due
2/12/2019
 
Archive Date
4/6/2019
 
Point of Contact
Vincent J. Tomasi, Contract Specialist, Phone 8502355067
 
E-Mail Address
vincent.j.tomasi@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This action will award a firm fixed price commercial item order to Teledyne RD Instruments, 14020 Stowe Drive, Poway, CA 92064 for the acquisition of Pioneer Doppler Velocity Logs, upgrades, and mounting hardware. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value). In support of the Dry Combat Submersible (DCS), the Naval Surface Warfare Center Panama City Division (NSWC PCD) was tasked by the U.S. Special Operations Command (USSOCOM) Program office (USPMO) to modernize the DCS acoustic navigation system. The Pioneer Doppler Velocity Log will be used in the upgrade of the current acoustic navigation system and will become part of the Integrated Bridge System (IBS). These Pioneer Doppler Velocity logs will be used for shipboard installations. The contract effort is to procure the following: Part Number Description Qty Unit Price Extended Price* 70B-9023-05 PIONEER DVL, 1000m Depth Rated, Aluminum, 500m Pressure Sensor, RS232, High Accuracy Bottom-Track 5 each, P-LABT Low altitude bottom tracking mode for PIONEER 5 each, PIONEER-XRT Extended Range Tracking upgrade for PIONEER DVL. Up to 60% increase in bottom tracking range (depending on environment) 5 each P-CP 70BK5000-00 Current Profiling capability for FLANGE KIT (2 PIECE), REMOVABLE, 1000M, PIONEER DVL Includes upper flange 81B-6038- 00 and lower retainer 81B+6039-00, 316 SST mounting hardware 5 each. This acquisition will be conducted using simplified acquisition procedures with a total estimated value of $211,980.00. The Government's minimum needs have been verified by the certifying technical and requirements personnel. The contract action will be funded with Fiscal Year 2018 (FY18) RDT&E, SEC DEF (RDTE) funds. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c)(1), 10 U.S.C. 2304(d)(1)(B). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements FAR 6.302-1(a)(2)(iii)(B). This acquisition is unsuitable for full and open competition for the following reasons: a) Teledyne RD Instruments is the sole manufacturer of the Pioneer DVL. The new Doppler Velocity Log is an upgrade to the currently installed equipment and minimal changes are required. b) Use of another vendor would result in a duplication of cost. Acquiring equipment from another vendor will require our team to research the data format, data communication protocol, write, test and validate new code to integrate with the IBS system, test and validate information from the sensor. The Pioneer provides the identical output data stream which the currently installed Doppler sends. Any changes to the data would be expected to cost $100K to $150K in additional costs associated with integration efforts and lab testing. These costs would not be expected to be recouped in an open competition. c) US Navy ships have been using Teledyne RD Instruments equipment for more than fifteen years. These items have been installed on DCS type ships for ten years. The performance of the Teledyne equipment is documented and well known. Any other equipment vendor would require extensive underway ship trials and performance measurements prior to being able to utilize that equipment within our IBS hardware. This underway testing would be prohibitively expensive and would extend beyond the required ship delivery. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. This requirement will be synopsized on the Federal Business Opportunities website per FAR Part 5.2. No additional market research was conducted because it is not practicable, for the reasons discussed in paragraph 4 above, for any company other than Teledyne RD Instruments to supply the required equipment. The NAICS code is 334511 with a small business size standard of 750 employees. The order shall be firm fixed price with the anticipated award date of TBD, 2019. Delivery will be to the Naval Support Activity Panama City, Receiving Officer Building 100, 101 Vernon Avenue, Panama City, FL 32407-7001. Delivery terms for this requirement are FOB Destination. PSC 5845 Section C - Specifications NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/c9d0aaa78af5347a33188b0890900b66)
 
Place of Performance
Address: 101 Vernon Ave Panama City, FL
Zip Code: 32407
Country: US
 
Record
SN05214461-F 20190208/190206230041 (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.