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

R -- Sole Source to Innovative Professional Solutions, Inc for Installation of Tensiometer & Winch

Notice Date
5/17/2021 9:03:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N61331-21-T-JK33
 
Response Due
5/24/2021 9:00:00 AM
 
Archive Date
06/08/2021
 
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). Nature and/or description of the action being approved. This action will award a firm fixed price purchase order to under the WOSB Statue FAR 19.1506 to the Innovative Professional Solutions, 8317 Front Beach Road, Panama City Beach, FL 32407 to provide system installation and light-off support for the minesweeping winch and the line tensiometer system. A description of the supplies or services required to meet the agency�s needs (including the estimated value). �The Navy is fabricating and installing a Mechanical Minesweeping Winch and a Line Tensiometer System for a Republic of Korea Navy (RoKN) ship, MSH-6.� The Foreign Military Sales (FMS) Case Number is KS-P-LQP.� Adjacent systems for the winch and tensiometer are the MSH-6 deck, hydraulics, and roller chock. This task provides for the installation and light-off of the Minesweeping Winch and the Tensiometer System on MSH-6 in Busan, South Korea.� The task requires specialized knowledge of the Minesweeping Winch and the Line Tensiometer System. This task requires travel to Busan (Republic of Korea). This acquisition will be conducted using simplified acquisition procedures with a total estimated value of. The Government's minimum needs have been verified by the certifying technical and requirements personnel.� This memo does not authorize acquisition for other requirements. 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). Innovative Professional Solution�s (IPS�s) personnel developed the light-off procedures, test procedures, and installation procedures for the Minesweeping Winch and Tensiometer System that will be installed on ROKN ship MSH-6.� IPS personnel participated with the Original Equipment Manufacturer during the design phase and the test phase of the Minesweeping Winch and the Tensiometer System that will be installed on MSH-6.� IPS� knowledge of the unique Minesweeping Winch and the unique tensiometer system, coupled with their experience in lighting-off the systems, testing the systems, and designing the systems for the MSH-6 Ship, uniquely qualifies them to perform this SOW. No other contractor will be able to duplicate their knowledge and processes. 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 Innovative Professional Solutions (IPS). 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. 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, Innovative Professional Solutions 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. 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. As stated in paragraph 4 above, Innovative Professional Solutions is the only source that can meet this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2bf6656c9863431c8f38d57ba70322ba/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN06004005-F 20210519/210517230110 (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.