Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2020 SAM #6834
SOLICITATION NOTICE

53 -- Sole Source to Shearwater Research Inc for Specific Dive Computers

Notice Date
8/13/2020 10:24:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-20-Q-JK46
 
Response Due
8/20/2020 9:00:00 AM
 
Archive Date
09/04/2020
 
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)
 
Description
identification of the agency and the contracting activity, and specific identification �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). Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to Shearwater Research, Incorporated, 13155 Delf Place, Unit 250, Richmond, British Columbia Canada, on a sole source basis, for the acquisition of dive computers capable of all variants for Navy decompression algorithm including the saturation specific unique mission agenda. (including the estimated value). �This procurement is for the acquisition of twenty five (25) Perdix commercial off the shelf dive computers in specific training requirement configuration with polybutylene terephthalate (PBT) battery caps with helium venting caps to be used in a saturation environment pressure vessel for human occupancy (PVHO). Computers must be specifically configured with all variants for Navy decompression algorithm and materials selected for nontoxic off gas compliance in dry hyperbaric environment, including venting battery caps for Helium intrusion environments, fifteen (15) Perdix configured with all variants of Navy decompression algorithm non-saturation diving with five (5) near eye remote display (NERD). These items represent the minimum required quantity and configuration of units needed and the vendor represents the only configured known firmware to integrate with these required diving profiles. This memo does not authorize acquisition for other requirements. This procurement will be funded by 2020 Research Development, Test, and Evaluation (RDT&E) Funds. Identification of the justification rationale and, if applicable, a demonstration of the 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). This procurement is sole source for the following reasons. Shearwater Research is the only company that can provide the equipment required in the configuration necessary to support the Specialized Research Diving Detachment (SRDD). Market research was completed by a survey of previous contracted efforts, analysis of trade and open source materials, and through a survey based outreach to sales points of contact at identified potential vendors. While multiple vendors offer the Shearwater line of products, this name brand only specification requires the specifically which there is no reasonable alternative. These requirements were developed due to the critical role that the diving computer serves in the preservation of life through highly regulated decompression procedures. The Perdix and NERD dive computers represents the only COTS system identified through market research done by PMS 394 to have sufficient computing and configuration capability and robustness of hardware to perform the required decompression algorithm computations necessary in the depths and environments identified in the requirements document. This environment includes alternative breathing and background gas mixture, high pressure saturation gas environments and extreme temperatures. The Shearwater computers are ubiquitous throughout the COTS UBA market that has already been extensively evaluated by the Navy as a contender for other future acquisition efforts. Significant government labor efforts have been invested in evaluating vendors and developing a process by which vendor computers can rapidly integrate nonstandard US Navy diving profiles. No other vendor has been identified that can adequately ingest diving algorithms developed by Navy Experimental Dive Unit and configure their products to provide decompression information to the divers. Development of additional contractor capabilities could be expected to incur unnecessary expenditures and unacceptable delays. Furthermore, this brand represents a product that is likely to successfully complete NAVSEA 00C SS521-AA-MAN- Support Systems, and SS800-AG-MAN-010/P-9290 requirement for certification of Deep Submergence Systems. The robust design and specific selection of materials offered in the vendor product in the required configuration represents known best practices and safe materials that are anticipated to meet requirements. In summary, the unique services required to complete the configuration of the requested supplies are deemed to be unique to Shearwater Research, Incorporated, offer a service not otherwise available to the government and is the only responsible source that can provide the required equipment configuration to meet current minimum requirements. 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 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, Shearwater Research is the only company that provides the equipment in the required configuration to meet Government requirements. While multiple vendors offer the Shearwater line of products, this name brand only specification requires the����������������������������������������������������������specialized requirements for which there is no reasonable alternative. Any other facts supporting the justification. None 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.� The unique requirements detailed in Paragraph 4 represent a intellectual property and internal business practices which are inherent to the acquisition of commercially available configured products. As such, the government would be expected to absorb significant additional costs if re-development of this industry development was undertaken to result in the existing product set. If future development is required, PMS 394 and code E-10 will consider developing open source product designs and purchase of required technical data package to permit future competitive procurements if cost analysis demonstrate potential life cycle cost savings to the government. Due to the limited need of this item, no future procurements are anticipated. � Identification of the agency and the contracting activity, and specific identification � 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). Nature and/or description of the action being approved. � This action will award a firm fixed price purchase order to Shearwater Research, Incorporated, 13155 Delf Place, Unit 250, Richmond, British Columbia Canada, on a sole source basis, for the acquisition of dive computers capable of all variants for Navy decompression algorithm including the saturation specific unique mission agenda. 3.������������ ����������� ����������������������������������������� (including the estimated value). � This procurement is for the acquisition of twenty five (25) Perdix commercial off the shelf dive computers in specific training requirement configuration with polybutylene terephthalate (PBT) battery caps with helium venting caps to be used in a saturation environment pressure vessel for human occupancy (PVHO). Computers must be specifically configured with all variants for Navy decompression algorithm and materials selected for nontoxic off gas compliance in dry hyperbaric environment, including venting battery caps for Helium intrusion environments, fifteen (15) Perdix configured with all variants of Navy decompression algorithm non-saturation diving with five (5) near eye remote display (NERD). These items represent the minimum required quantity and configuration of units needed and the vendor represents the only configured known firmware to integrate with these required diving profiles. This memo does not authorize acquisition for other requirements. This procurement will be funded by 2020 Research Development, Test, and Evaluation (RDT&E) Funds. Identification of the justification rationale and, if applicable, a demonstration of the �������������������������������� ����������������������������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). � This procurement is sole source for the following reasons. Shearwater Research is the only company that can provide the equipment required in the configuration necessary to support the Specialized Research Diving Detachment (SRDD). Market research was completed by a survey of previous contracted efforts, analysis of trade and open source materials, and through a survey based outreach to sales points of contact at identified potential vendors. While multiple vendors offer the Shearwater line of products, this name brand only specification requires the specifically which there is no reasonable alternative. These requirements were developed due to the critical role that the diving computer serves in the preservation of life through highly regulated decompression procedures. The Perdix and NERD dive computers represents the only COTS system identified through market research done by PMS 394 to have sufficient computing and configuration capability and robustness of hardware to perform the required decompression algorithm computations necessary in the depths and environments identified in the requirements document. This environment includes alternative breathing and background gas mixture, high pressure saturation gas environments and extreme temperatures. The Shearwater computers are ubiquitous throughout the COTS UBA market that has already been extensively evaluated by the Navy as a contender for other future acquisition efforts. Significant government labor efforts have been invested in evaluating vendors and developing a process by which vendor computers can rapidly integrate nonstandard US Navy diving profiles. No other vendor has been identified that can adequately ingest diving algorithms developed by Navy Experimental Dive Unit and configure their products to provide decompression information to the divers. Development of additional contractor capabilities could be expected to incur unnecessary expenditures and unacceptable delays. Furthermore, this brand represents a product that is likely to successfully complete NAVSEA 00C SS521-AA-MAN- Support Systems, and SS800-AG-MAN-010/P-9290 requirement for certification of Deep Submergence Systems. The robust design and specific selection of materials offered in the vendor product in the required configuration represents known best practices and safe materials that are anticipated to meet requirements. In summary, the unique services required to complete the configuration of the requested supplies are deemed to be unique to Shearwater Research, Incorporated, offer a service not otherwise available to the government and is the only responsible source that can provide the required equipment configuration to meet current minimum requirements. 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 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, Shearwater Research is the only company that provides the equipment in the required configuration to meet Government requirements. While multiple vendors offer the Shearwater line of products, this name brand only specification requires thespecialized requirements for which there is no reasonable alternative. Any other facts supporting the justification. �None 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. The unique requirements detailed in Paragraph 4 represent a intellectual property and internal business practices which are inherent to the acquisition of commercially available configured products. As such, the government would be expected to absorb significant additional costs if re-development of this industry development was undertaken to result in the existing product set. If future development is required, PMS 394 and code E-10 will consider developing open source product designs and purchase of required technical data package to permit future competitive procurements if cost analysis demonstrate potential life cycle cost savings to the government. Due to the limited need of this item, no future procurements are anticipated.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff288f732fd24b6585b0879253eb779a/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN05757100-F 20200815/200813230201 (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.