Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

43 -- Sole Source to Hydraulics International for Gas Booster System

Notice Date
8/10/2020 12:47:31 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-20-Q-JK43
 
Response Due
8/17/2020 9:00:00 AM
 
Archive Date
09/01/2020
 
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
Identification of the agency and the contracting activity, and specific identification of the document as a �Sole 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 Hydraulics International Incorporated (HII), 9201 Independence Ave, Chatsworth, CA to provide a modified gas booster system to provide an upgrade of the capability of the unmanned diving operations inside the unmanned hyperbaric chambers at NEDU.��� 3. ������� A description of the supplies or services required to meet the agency�s needs (including the estimated value). This procurement is for: Line���������������� Quantity��������������� Item/Model��������������������� Description������������������������� 1������������������������� 1�����������������������������HIHPG2-21189�������������� System, Gas Booster, ElectricElectric Driven Oxygen Booster Pump 1��������������������������1��������������������������� Crate, Heat Treated����� Heat treated crate for packing and shipment of gas Booster System 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 fiscal year 2020 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).� The equipment is being purchased and modified to meet testing requirements of unmanned diving operations at NEDU. Certain diving equipment requires testing using high pressure gasses, and this gas booster is a critical part of the gas supply system for Experimental Diving Facility hyperbaric chambers. As the Original Equipment Manufacturer, Hydraulics International Incorporated is the ONLY facility with the qualifications to perform these upgrades while maintaining overall system integrity. In summary, using an alternate vendor would prove costly in time and dollars to the government and to the mission.� Use of another vendor may change or introduce new parameters that may be harmful to all diving systems tested and maintained at NEDU.� Therefore, it is imperative that this particular vendor be used to perform the necessary modifications to this equipment.� As such, the Government does not expect significant savings through competition and does expects 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 Hydraulics International, Inc. 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, Hydraulics International Incorporated, as the original equipment manufacturer, is the only company that make the required booster pump upgrades. 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. For the reasons specified in paragraph 4 above, Hydraulics International Incorporated, as the original equipment manufacturer, is the only company that make the required booster pump upgrades. Section F - Deliveries or performance � F.O.B. 52.247-34 Destination � Section G � 252.232-7003 252.232-7006 Wide Area Workflow Payment Instructions � Section I � Contract Clauses � 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 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)� 52.243-1 Changes Fixed-Price 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) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS (JUN 2015) 252.225-7048 Export Controlled Items (Jun 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Section K - 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 �52.211-14 52.204-13 System for Award Management Maintenance JUL 2013
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ad66d7602f347d3aa923819f0949236/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN05751428-F 20200812/200810230148 (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.