SOLICITATION NOTICE
66 -- Sole Source Electronic Concepts & Engineering
- Notice Date
- 4/13/2020 12:04:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N6133120QSB09
- Response Due
- 4/20/2020 10:00:00 AM
- Archive Date
- 05/05/2020
- Point of Contact
- Steven Baldomero, Phone: 8502307468/8503818755, Vincent J. Tomasi, Phone: 8502355067
- E-Mail Address
-
steven.baldomero2@navy.mil, vincent.j.tomasi@navy.mil
(steven.baldomero2@navy.mil, vincent.j.tomasi@navy.mil)
- Description
- February 4, 2020 MEMORANDUM Subj.: SOLE SOURCE MEMORANDUM TO ACQUIRE SSC APU CONTROLLER ENGINEERING DIAGNOSTIC KIT (Q14060 Vl.O) 1. Identification of the agency and the contracting activity, and specific identification of the document as a ""Limited 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 Department Code 02). 2. Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to Electronics Concepts & Engineering Inc., 1465 TimberwolfDrive, Holland, Ohio 43528 for APU diagnostic kits used to detect possible connections issues or failures of sensors and actuators of the LCAC Class APU systems installed on the LCA Class fleet. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value). The contr act effiort� 1 s t o acqurre: Part Number Description Qty. Unit Delivery Pric Q1460 Vl.O ECE APU Controller Diagnostic Kit 1 8 weeks ARO A3872 Recurring Kit (includes 1 GUI Seat, Diagnostics 5 port electrical harness, protocol converter and operator manual) 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 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. All equipment will be delivered no later than five (5) weeks after award of the order. The contract action will be funded with FYI 9 NAVSUP PDT &T Support (SCN) 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) - Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1. LCAC is currently in development by Textron Systems, Marine and Land Systems (TMLS). The SSC APU Controller Engineering Diagnostic Kit will aid in both APU system bring- up efforts and to help diagnose and troubleshoot issues within the system following delivery ofLCAC to the Navy. The kit not only provides an indication on the status of the APU Controller for which it was designed, but will also give insight into possible connection issues or failures of sensors and actuators. NSWCPCD will be required to support this equipment following delivery of LCAC to the Navy. This requisition is to obtain the Subj components in order to support diagnostics and troubleshooting of the LCAC Auxiliary Power Units designed and built by Electronics Concepts & Engineering Inc. The Auxiliary Power Units were designed and built by Electronics Concepts & Engineering Inc. This company has designed their system to solely interface with the Subj APU Controller Kit. 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. The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative ( considering price, reoccurring cost, administrative costs, engineering and redesign 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. 5.2. No additional market research was conducted because it is not practicable, for the reasons discussed in paragraph 4 above, for any product other than the brand name item to meet the requirement. 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, Electronic Concepts & Engineering Inc. is the only company that can meet the requirement. TECHNICAL AND REQUIREMENTS REQUESTING OFFICIAL I certify that the facts and representations under my cognizance, which are included in this justification and its supporting acquisition planning data, except as noted herein, are complete and accurate to the best of my knowledge and belief. CONTRACTING OFFICER REVIEW AND APPROVAL I, as contracting officer for the contracting activity, have reviewed this justification and certify that the justification is accurate and complete to the best of my knowledge and belief. I hereby approve this justification.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e74586204383400fac32d2ca6649bd39/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN05619510-F 20200415/200413230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |