Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOLICITATION NOTICE

41 -- Sole Source to Snowbirds Technologies, Inc for ECU 38K Heat Pump

Notice Date
5/17/2021 7:14:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-21-T-JK32
 
Response Due
5/25/2021 9:00:00 AM
 
Archive Date
06/09/2021
 
Point of Contact
Jamell L. Kilgore, Phone: 8506366039
 
E-Mail Address
jamell.kilgore@navy.mil
(jamell.kilgore@navy.mil)
 
Description
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 Department Code 02). 2.�������� Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to Snowbird Technologies, 7749 Bayberry Road, Jacksonville, FL 32256, for the acquisition of environmental control units (ECU) for the AN/AQS-24 Mine Detecting Set (MDS). 3. ������� A description of the supplies or services required to meet the agency�s needs (including the estimated value). The following items are being acquired: Item��������������������������������������������������������������� Part Number������������ ����������� Quantity ECU 38K Heat Pump����������������������������������� 1559AS400-1� ����������� ����������� ��� 2 This acquisition will be conducted using simplified acquisition procedures with a total estimated value of 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 purchase will be funded with FY21 Operation and Maintenance, Navy (OMN) 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).� Pursuant to 10 U.S.C. 2304(c)(1), this procurement is sole source for the following reasons.� The ECU units being acquired are self-contained Unit in a Weatherproof Aluminum Case with Built in Heat Pump to provide high capacity heat-cool environmental control. �Snowbird Technologies is the sole manufacturer of the ECU units needed for the AN/AQS-24 MDS maintenance facility. ��The maintenance facility is an expeditionary facility that can be deployed overseas on land or on a ship.� The maintenance facility is comprised of three single wide storage containers that combine to form one Intermediate Level (I-level) maintenance facility for the AN/AQS-24 MDS.� �The AN/AQS-24 MNS is comprised of commercial hardware integrated and controlled by dedicated mine countermeasures (MCM) software.� The ECU units must be able to control the temperature from 45 Degree F to 90 Degree F in Ambient Temperatures of -25 to 125 Degree F and be able to function properly and efficiently in this harsh marine environment. �Temperature control is critical for the facility to ensure safe working conditions while repairing electronics. The ECUs, manufactured by Snowbird Technologies have been designed and ruggedized to meet harsh shipboard environments.� These ECUs are the only units that are both compatible with the AN/AQS-24 MNS and meet the stringent U.S. Navy environmental requirements of MIL-STD-810E, the critical shock requirements of MIL-S-901D, the vibration requirements of MIL-STD-167, and the EMI/EMC requirements of MIL-STD-461E.� In addition, the ECUs meet the strict Navy safety requirements.� As such, the Government does not expect significant savings through competition and does expect 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 Snowbird Technologies to meet urgent fleet needs. �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. For the reasons specified in paragraph 4 above, Snowbird Technologies is the only source that can meet the Government�s needs. 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, Snowbird Technologies is the only source that can meet this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b5290185d2f740ed8c9d10cb9555babc/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN06004322-F 20210519/210517230112 (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 |
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.