Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2019 FBO #6382
SOLICITATION NOTICE

J -- SATFADS Winch Repair

Notice Date
5/13/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
110 Vernon Avenue Panama City FL 32407
 
ZIP Code
32407
 
Solicitation Number
N61331-19-Q-KJ10
 
Response Due
5/21/2019
 
Point of Contact
Kimberly E. Jimenez, Contract Specialist, Phone 8502355341
 
E-Mail Address
kimberly.e.jimenez@navy.mil
 
Small Business Set-Aside
N/A
 
Description
1. Identification of the agency and the contracting activity, and specific identification of the document as a "Sole Source Justification." This is a sole source justification. Contracting activity is the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001 (Contracts Division Code 02). 2. Nature and/or description of the action being approved. This action will award purchase from Performance Winch Services, LLC, P.O. Box 13757 New Liberia, LA 70562 to provide the required parts and certification documentation for the refurbishment of the winch system for the Saturation Flyaway Diving System. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value). This procurement is for: 1. 32mm x 1325' DY 34LR with closed Muncy spelter socket on one end. QTY-1 2. 24mm x 2851' DY 34LR with closed Muncy spelter socket on one end. QTY-1 3. Spool new wire rope on Bell Umbilical Winch and Guide Wire Winch. QTY-6 4. Mechanical Helper. QTY-6 5. Pull Test Dive Winch. QTY-1 6. Pull Test Guide Winch. QTY-1 7. Hydraulic Power Unit Refurbish QTY-1 This acquisition will be conducted using simplified acquisition procedures with a total estimated value of. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. This purchase will be funded with FY19 RDT&E funds. 4. 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). The proposed services and items for purchase will be used to meet Naval Sea Systems Command (NAVSEA) Certification requirements for saturation diving operations at Naval Experimental Diving Unit (NEDU). The Navy's Emergency Ship Salvage Material System (ESSM) has supplied NEDU various supplies related and supporting the NEDU's Saturation Fly Away Dive System (SATFADS). Moreover, the certification requirements are strict and rigid to keep certification standards of the SATFADS. This purchase is a requirement to meet NAVSEA Certification for the (NEDU SATFADS) 30fsw Wet Certification and Future missions of out-tosea phase certification. Based on ESSM recommendation on previous similar work on the same systems, Performance Winch Services, LLC meets the capacities, capabilities, and logistical time constraints currently affecting NEDU, and the government has determined this business entity to be the most cost-efficient option to the government. The current hydraulic and wire rope components have met the expiration date and have failed visual inspection and safety criteria. Performance Winch Services, LLC will provide complete refurbishment, the necessary documentation required to satisfy the NAVSEA Certification as built standard to meet stringent experimental diving scheduled missions during fiscal year 2019. As such, the Government does not expect significant savings through competition and does expects significant and unacceptable delays that will negatively impact this requirement. Therefore, it is in the Governments' best interest to award on a sole source basis to Performance Winch Services, LLC to refurbish the existing equipment and providing testing documentation meeting NAVSEA's guidance instead of purchasing a new winch system, which is estimated at $175,000.00. 5. 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. 6. A description of the market research conducted and the results or a statement of the reason market research was not conducted. For the reasons specified in paragraph 4 above, Performance Winch Services, LLC is the only source that can meet the Government's needs. This requirement will be synopsized in the government point of entry fbo.gov. 7. Any other facts supporting the justification. None. 8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, the Performance Winch Services, LLC is the only facility that can provide us with the required product and documentation in a timely and effective manner representing the most advantageous position to the government. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-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/8fb5f36de381f1d870a8a1fbb7b14460)
 
Place of Performance
Address: 321 Bullfinch Rd Panama City, FL
Zip Code: 32407
Country: US
 
Record
SN05309597-F 20190515/190513230033 (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.