Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 15, 2024 SAM #8297
SOLICITATION NOTICE

43 -- Sole Source Notice - Puroflux Pump Package System

Notice Date
8/13/2024 7:57:48 AM
 
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
N61331-24-T-HS02
 
Response Due
8/16/2024 7:00:00 AM
 
Archive Date
08/31/2024
 
Point of Contact
Hudson Sim, Phone: 8508194513, Alan Tyler Bounds
 
E-Mail Address
hudson.g.sim.civ@us.navy.mil, alan.t.bounds.civ@us.navy.mil
(hudson.g.sim.civ@us.navy.mil, alan.t.bounds.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
All quotes submitted in response to this announcement shall be reviewed if submitted by the close date. RFQ must include supporting documents: Capabilities Statement, Proof of past performance for similar work, and cage code.� (Redacted) SUBJ:�� SOLE SOURCE JUSTIFICATION MEMORANDUM TO ACQUIRE a cooling tower SEDIMENTATION pump package�(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: 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 order to the following: O'Brien Equipment, Inc. 3951 Senator ST Memphis, Tennessee 38118-6009 Cage:� 7VHG5 3. A description of the supplies or services required to meet the agency�s needs (including the estimated value). This requirement is to purchase the following:� Puroflux Cooling Tower Separator Package, as described below. Line No.�1 Part Number�PF-64-040A-AP Description Pump Package System (two-cell NC8402) Separator:� Puroflux Model# PF-61-040, fusion bonded polyester coated non-code carbon steel, 150 psi rated, 0 to 160 psi inlet/outlet gauges, and 1/4� manual air bleed valve Skid:� Carbon steel construction with polyester powder-coat Pump:� Close-coupled, CIBF end suction centrifugal pump (330 GPM @ 60�TDH) Baldor Motor:� 10-HP, 3600 RPM, NEMA premium efficiency, TEFC (460V/3ph/60Hz) Pre-Strainer:� Cast iron with removable stainless-steel basket. (shipped loose for field installation by others) Connections:� 4� ANSI flange inlet/outlet Purge:� Industrial grade purge valve with electric actuator, and manual purge throttling/isolation valve, 1.5� fpt connection Piping:� Schedule 80 PVC Control Panel:� UL labeled NEMA type 4X polycarbonate enclosure with door-disconnect switch, motor starter with short-circuit/overload protection step-down transformer, purge timer with HOA switch, pump remote start/stop with Local/Off/Remote selector switch, and dry contacts for remote monitoring (pump on/tripped). Line No.�2 Part Number�N/A Description�Freight Quantity�1 EA 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 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.�(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) - Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1. The NSWC PCD Code 1021 has a requirement to acquire a Puroflux Cooling Tower Separator Package. �This purchase is not suitable for full and open competition for the following reasons. �This pump package has already been designed and tested to ensure compatibility with the Marley cooling tower that it will be attached to.� If another pump manufacturer were to provide a pump package for the cooling tower, they would be required to invest the engineering effort required to ensure that the pumps are compatible with the Marley system. �The attached estimate indicates an engineering cost of approximately $4,500 in addition to the cost of the system itself. �The Puroflux system has already been designed and tested to ensure compatibility with the Marley cooling tower.� Puroflux systems are provided solely by their distributor O�Brien Equipment, Inc. in the geographic area of NSA Panama City. �As such, the government does not expect significant savings through competition and it is more advantageous to the Government to award on a sole source basis to O�Brien Equipment, Inc. for the items listed in paragraph 3 above. 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. This requirement will be synopsized on the Contract Opportunities website at sam.gov per FAR Part 5.2.� No additional market research was conducted for the reasons discussed in paragraph 4 above, for any company other than O�Brien Equipment, Inc. to provide the products. 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, O�Brien Equipment, Inc. is the only source that can meet the requirement. (Redacted Signature Page Follows) --------------------------------------------------------------------------------------------------------------------------------------------- � Email subject line must include Solicitation Number, Vendor Name, and CAGE at beginning of subject line � Award will be based on the best value to the government considering price, delivery, quality, and past performance � Email quotes to hudson.g.sim.civ@us.navy.mil on or before the closing date and time stated above. � The Government will not accept late quotes. � The Government will not accept quotes that are partial or incomplete � Provide CAGE code and Lead time on your quote. � Vendors must be able to invoice through Wide Area Workflow (WAWF). � If shipping is not included in the price include a line item for shipping. � Vendors must ensure that they have received a response within 2 Business days after quote has been submitted to remain competitive. If no response is received Please Call primary and leave a message. **Review All Attachments Posted Prior to Submission of Quote**
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a0fec20d4a6436cbbee288b6b2df085/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN07168447-F 20240815/240813230124 (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.