Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2019 FBO #6476
SOLICITATION NOTICE

J -- Recompression Diving Chamber Media Blast and Repaint

Notice Date
8/15/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
110 Vernon Avenue Panama City FL 32407
 
ZIP Code
32407
 
Solicitation Number
N61331-19-Q-KJ23
 
Response Due
8/29/2019
 
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 a firm fixed price purchase order to the American Stripping Company, 5736 Sellger Dr. (P.O. Box 12121), Norfolk, VA 23502, on a sole source basis to provide a new paint system on the interior and exterior of both Alpha and Bravo Recompression Chambers. This hyperbaric service is required to maintain and extend the life of a valuable test and evaluation asset for NEDU. 3.A description of the supplies or services required to meet the agency's needs(including the estimated value). The following services are required by NEDU: Mobilize crew and equipment to Panama City, FL for the stripping and painting of Alpha and Bravo Recompression Chambers to be completed no later than 13 DEC 2019. (Timeline critical to NEDU operations). Contractor will perform all abrasive blasting to remove 30-40 mils of existing coating from both the interior and exterior of chamber IAW specifications to be provided. Contractor will responsible for all containment of dust and particulates during the blasting process and protection of any critical mating surfaces or threaded inserts. Exterior neighboring equipment must also be protected. Contractor must be prepared to work with the customer to address any pitting issue that may arise after blasting. Upon completion of blasting and surface preparation, contractor will apply 5-6 coats of Carboguard 890H epoxy paint IAW specifications provided. Contractor will provide NACE coating inspections and verification to the customer of satisfactory performance meeting provided specifications. Total cost of the project to blast sand and paint interior and exterior of both chambers is estimated to be $108,537.00. This acquisition will be conducted using simplified acquisition procedures with a total dollar value above micro-purchase levels, but not exceeding the simplified acquisition threshold of $250,000.00, estimated at $108,537, per DPAP Memo 2018-O0013 dated 31 Apr 2018. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. The contract action will be funded with FY19-20 100001 473997 0060 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 Navy has exceedingly stringent requirements for paint systems and their application procedures for recompression chambers. Specifications documents include NAVSEA TS500-AU-SPN-010 (U.S. General Specifications for the Design, Construction, and Repair of Diving and Hyperbaric Equipment (GENSPECS)) and Naval Sea Systems Command Process Instruction 008 (Application Procedure of Carboguard 890H Coatings on Portable or Afloat Recompression Chambers Systems). Re-entry control procedures for conducting the project are specified under SS521-AA-MAN-010 (U.S. Navy Diving and Manned Hyperbaric Safety Certification Manual (MAN10)). ASCO has a decade's long history and unparalleled successful record of applying paint systems and coatings to critical equipment and parts. To date, they have completed 37 recompression chambers of varying sizes for the U.S. government, safety related coatings for the nuclear power industry, and critical coatings for U.S. Navy Trident Class nuclear submarines. They have never damaged the critical surfaces associated with chambers or failed the post-procedure "atmosphere sampling" test which would be the result of incorrect coating thickness, improper drying and curing. Failure of atmosphere sampling would greatly extend the cost and time for the project since failures must be re-blasted to bare metal and re-coated. They use only the epoxy amine paint systems specified by GENSPECS paragraph 1-3.8.7 for recompression chamber work. ASCO is one of only two companies that have been used by the NAVFAC Ocean Facilities Program Office for all hyperbaric blasting and painting. Using an alternate vendor would prove costly to the Government and impact operational mission due to the limited window availability that NEDU has available for maintenance because of Fleet requirements. 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 among schedule holders and the results or a statement of the reason market research was not conducted. As stated in paragraph 4 above, the American Stripping Company is the best service to meet our requirements and time line. Market research conducted via internet and phone calls to companies who provide this service proved that only ASCO was capable of meeting NEDU's mission critical timelines. 7.Any other facts supporting the justification. Completion of the repainted Alpha and Bravo Chambers is urgent to avoid delay of mission-critical testing and operations on diving and life support items. 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 American Stripping Company is the best service provider to meet our requirements and time line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-AUG-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/933633e862bd3e328d59aaac2e3d99e4)
 
Place of Performance
Address: 321 Bullfinch Rd Panama City, FL
Zip Code: 32407
Country: US
 
Record
SN05406925-F 20190817/190815230056 (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.