SOLICITATION NOTICE
R -- Sole Source to Jasper Electric Motors to REPAIR AND TESTING OF HYDRAULIC POWER UNIT STATOR AND COIL TEST EQUIPMENT
- Notice Date
- 8/17/2020 12:50:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-20-Q-JK50
- Response Due
- 8/25/2020 9:00:00 AM
- Archive Date
- 09/09/2020
- Point of Contact
- Jamell L. Kilgore, Phone: 8506366039, Vincent J. Tomasi, Phone: 8502355067
- E-Mail Address
-
jamell.kilgore@navy.mil, vincent.j.tomasi@navy.mil
(jamell.kilgore@navy.mil, vincent.j.tomasi@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.�������� Identification of the agency and the contracting activity, and specific identification of the document as a �Limited Source Justification.� This is a limited 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, on a sole source basis, to Jasper Electric Motors Inc., 175 Curry Highway Jasper, Alabama 35502, to repair five (5) and test ten (10) Hydraulic Power Unit stators in direct support of the Mine Neutralization System (MNS). 3. ������� A description of the supplies or services required to meet the agency�s needs (including the estimated value). The following item is being acquired: Item��������������������������������������������������������������� Part Number��������������� Qty Repair (New Laminations) of Hydraulic Power Unit Stator������������������097480������������������������ � 5 Shipping and Handling�������������������������������������������������������������������������� 5 Stator Winding Test��������������������������������������������������������������������������������� 10 The estimated value of this effort is approximately. 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 procurement will be funded by Navy Working Capital Funds (NWCF). 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).� Pursuant to 10 U.S.C. 2304(c)(1), this procurement is sole source for the following reasons.� The Hydraulic Power Unit motor was custom made in Hydro Products located in San Diego, CA. This company is no longer in business, and there are no drawings, spare parts or components available. Any company capacitated of repairing HPU stators will need to create their own drawings, custom parts and a test fixture to accommodate the repair due to the atypical design of the unit.� Jasper Electric Motors is the only know company in the United States that currently has the in-house resident knowledge, facilities, and experience to rebuild electric motors laminations. This company has over four decades of experience repairing motors. They have provided a complete repair and tests of the HPU stator by means of removing all the windings and laminations, manufacturing the custom laminations, replacing the windings and testing the stator to optimum standards on previous occasions. Their proposed time of completion is 12-15 weeks, where as a company without previous experience would have to incur additional time and costs to design and manufacture custom equipment that is needed to service the stators. Jasper Electric Motors Inc. has been capable of repairing and testing these custom electric motors that require special considerations due to their intricate design and has repaired and tested them previously. ��� 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, Jasper Electric Motors is the only known company that currently has the in-house resident knowledge, facilities, and experience to test and rewind these custom motors for the AN/SLQ-48 MNS. �This requirement will be synopsized in the government point of entry beta.SAM.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, Jasper Electric Motors is the only known company that currently has the in-house resident knowledge, facilities, and experience to test and rewind these custom motors for the AN/SLQ-48 MNS.� Section F - Deliveries or performance � F.O.B. 52.247-34 Destination � Section G � 252.232-7006 Wide Area Workflow Payment Instructions � Section I � Contract Clauses � 52.204-13 System for Award Management Maintenance JUL 2013 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Preselected: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statement (Jan 2017) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) Required: 52.222-50 Combatting Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)� 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)� 52.243-1 Changes Fixed-Price 52.245-1, Government Property (Jan 2017) 52.245-9 Use and Charges (Apr 2012) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS (JUN 2015) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)� 252.204-7003 Control of Government Work Product (Apr 1992)� 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) 252.211-7007 Reporting of Government-Furnished Property (Aug 2012 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); 252.245-7002 Reporting Loss of Government Property (Dec 2017) 252.245-7003 Contractor Property Management System Administration (Apr 2012); 252.245-7004 Reporting, Reutilization, and Disposal (Dec 2017) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Section K � Representations � 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-8 Annual Representations and Certifications FEB 2016 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) Section L - Instructions Conditions and Notices to Bidders �52.204-7 System for Award Management (Jul 2013) 52.211-14 Notice of Priority Rating
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b1eb8f4c4fe44a309b40af4ae00e68a9/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN05760754-F 20200819/200817230202 (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 |