SOLICITATION NOTICE
J -- Sole Source to Air Power Services for Annual Machine Maintenance
- Notice Date
- 8/22/2023 6:13:13 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-23-T-GC04
- Response Due
- 8/29/2023 9:59:00 PM
- Archive Date
- 09/13/2023
- Point of Contact
- Garrett Calhoun, Phone: 8506248389, Alan Tyler Bounds, Phone: 8506251117
- E-Mail Address
-
garrett.j.calhoun.civ@us.navy.mil, alan.t.bounds.civ@us.navy.mil
(garrett.j.calhoun.civ@us.navy.mil, alan.t.bounds.civ@us.navy.mil)
- Description
- (Redacted) 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, on a sole source basis, to Air Power Services, Inc., 530 N. New Warrington Road, Pensacola, FL 32506, for annual maintenance of air compressors, air dryers, control panels, and CO monitors at Navy Experimental Diving Unit. 3. ������� A description of the supplies or services required to meet the agency�s needs (including the estimated value). The contractor shall provide annual maintenance services to NEDU on the following equipment: ITEM OEM QTY Compressor, High Pressure 5437 Mako/Reavell 4 Control Panel, Soft Start w/PLCs Siemens 2 Air Dryers, High Pressure, Refrigerated Cycling Zeks 3 CO Monitor NYAD 1 Compressor, SK20 LP Kaeser 3 Air Dryer, Low Pressure, Refrigerated TC-31 Kaeser 2 Inline Filters Nano 2 Inline Filters, F26KC Kaeser 3 Condensate Collector, KCF100 Kaeser 1 Compressor, SK20T LP Kaeser 1 CO Monitor, MNR-0029 Bauer 1 Moisture Monitor, Indigo 520 Vaisala 1 Maintenance services will be in accordance with OEM service manuals and include varies forms of: Inspection Cleaning Operational testing Replacement (oil, filters, seals, O-rings, belts, separators, etc.) Verifying PLC logic parameters Lubricating Calibrating Provide service report. Option for emergency repair service. The total estimated price for the base + 4 option years of annual maintenance is greater than $25,000.00. �The Government's minimum needs have been verified by the certifying technical and requirements personnel. 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. �This memo does not authorize acquisition for other requirements.� (Redacted) 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. Air Power Services, Inc. has held the annual maintenance contract (N61331-18-P-0189) for the equipment listed in the table above for 5 years.� APS was awarded the original contract on a sole source basis due to their unique position in the industry, providing installation and maintenance services on the diverse array of equipment utilized by NEDU.� Air Power Services is the original installer of the MAKO brand compressors, and three Kaeser Sigma SK20 compressors that NEDU currently has in place as their gas stowage and charging compressors.� As a follow-on contract to 18P0189, APS is very familiar with the operating procedures and strict requirements currently in place at NEDU, offering continuity of operations and consistence in the maintenance of the equipment that is so necessary to life and limb of the NEDU diving community. To use another company to conduct the maintenance may invalidate any warranties on the installed equipment. Use of another vendor may change or introduce new parameters that may be harmful to all diving systems tested and maintained at NEDU, and negatively affect the diving and life support systems these machinery are vital components of. �Therefore, it is imperative that APS be used to limit the risk to life and safety of NEDU personnel working in the systems that utilize the various equipment. Therefore, it is in the Governments� best interest to acquire the maintenance services of APS, Inc. to support the NEDU mission. 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, Air Power Services is the only company that can meet the Government�s needs.� Due to the dollar amount of this procurement being greater than $25,000, this requirement will be synopsized on the SAM.gov website per FAR Part 5.2. � 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, Air Power Services is the only company that can provide the service. Signature Page Follows Section F - Deliveries or performance F.O.B. 52.247-29������������ FOB Destination Section G� 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) Section I � Contract Clauses 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions -- Commercial Items (Nov 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2022) 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 (Nov 2021) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (June 2020)� 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts For Certain Services--Requirements (May 2014) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 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) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)� 52.243-1 Changes Fixed-Price 52.246-4 Inspection of Services 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)� 52.246-4 Inspection of Services-Fixed-Price (Aug 1996) 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) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Mar 2022) 252.204-7020 NIST SP 800-171 DoD Assessment Requirements (Mar 2022) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors (Jan 2018) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.232-7017 Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration (Apr 2020) 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System (Aug 2016) 252.246-7008 Sources of Electronic Parts (May 2018) 252.247-7023 Transportation of Supplies by Sea (Feb 2019) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) Section K � Representations 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.(Oct 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016) 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (Mar�2020) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) Section L - Instructions Conditions and Notices to Bidders 52.212-1 Instructions to Offerors�Commercial Items (Nov 2021) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-22 Alternative Line Item Proposal (Jan 2017) 52.211-14 Notice of Priority Rating (apr 1008) 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019) Section M � Evaluation Factors for Award 52.212-2 Evaluation Commercial Items FAR Part 13 Best value, SPRS ratings, price and delivery terms G-232-H005 SUPPLEMENTAL INSTRUCTIONS REGARDING INVOICING (NAVSEA) (JAN 2019)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/198d5c808d744fd28516c0618f238e1c/view)
- Place of Performance
- Address: Panama City Beach, FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN06801196-F 20230824/230822230054 (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 |