Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2013 FBO #4359
SOLICITATION NOTICE

20 -- UNREP Clutch Winch Elements

Notice Date
10/29/2013
 
Notice Type
Justification and Approval (J&A)
 
NAICS
332710 — Machine Shops
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC Norfolk, Building SP-64, 471 East C Street, Bldg SP64, Naval Station Norfolk, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N32205-13-R-3212
 
Point of Contact
Douglas Jones, Phone: 757 433 5882, Ricky E. Jennings, Phone: 7574435961
 
E-Mail Address
douglas.jones3@navy.mil, ricky.jennings@navy.mil
(douglas.jones3@navy.mil, ricky.jennings@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N32205-13-C-3219
 
Award Date
4/11/2013
 
Description
DEPARTMENT OF THE NAVY DIRECTOR MILITARY SEALIFT FLEET SUPPORT COMMAND 471 E. C STREET NORFOLK, VA 23511 CLASS JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION (SOLE SOURCE) 1. Contracting Activity: Department of the Navy, Military Sealift Command (MSC), Norfolk, VA. 2. Nature of Action: This is a class justification for the use of other than full and open competition for a firm fixed price purchase order for 10 sets of UNREP Winch Clutch Elements for T-AKE's 1, 2, 4 - 11. 3. Description of Supplies/Services: MSC Norfolk requires replacement of the Navy Standard Hauling Winch Clutch element assembly which consists of eight (8) clutch element assemblies installed onboard the T-AKE class vessels. The actions executed under this class J&A are expected to total *********. 4. Statutory Authority Permitting Other than Full and Open: The statutory authority for this procurement is 10 USC 2304(c)(1) as implemented by FAR Part 6.302-1. 5. Rationale Justifying Use of Cited Statutory Authority: Friction Material of Long Beach, CA is the only qualified vendor to supply US Navy Hauling Winch Clutch Element Assemblies. They are the only approved source of supply based upon the source control drawing, NAVSEA Drawing Number 53711-5210300 Revision G, used to fabricate US Navy Hauling Winch Clutch Element Assemblies. No other vendor is known that has the experience and the proprietary tooling needed to perform this type of work. In addition, Friction Material is the authorized repair facility for all US Navy Hauling Winch Clutch Element Assemblies for the Naval Inventory Control Point (NAVICP) that supports the Navy Supply Center. Furthermore, Friction Materials is the only company that has successfully demonstrated the ability to refurbish these clutch element assemblies and is the only known source that can meet the Government's needs within the required time limitations. There is a substantial quality and performance risk to the Government if an entity other than the intended source attempts this effort. The Navy Standard Hauling Winch Clutch Element Assemblies are used on Underway Replenishment (UNREP) system. The Navy Standard Hauling winch functions as two of the three winches in the Underway Replenishment operation between the supply and receiving ships at sea, or used independently for conventional cargo handling. The hauling winch operates in conjunction with a highline winch during UNREP operations. During sending operations, the outhaul hauling drum provides the tension necessary to haul the trolley from the supply ship to the receiving ship. The inhaul hauling drum provides the tension to haul the trolley back to the supply ship. The Hauling Winch Clutch Element Assemblies are essential key components that are necessary for controlling the operation of the Navy Standard Hauling Winch. There are eight (8) Clutch Element Assemblies per Navy Standard Hauling Winch; four (4) on the inhaul side and four (4) more on the outboard side. 6. Description of Efforts made to Solicit Offers from as Many Offerors as Practicable: Through market research, there has been only one source identified that can manufacture these required parts. The Contracting Officer will maximize competition to the fullest extent possible by synopsizing the requirements via FedBizOpps. 7. Contracting Officer's Determination of Fair and Reasonable Price: The Contracting Officer will determine the cost to the Government of the supplies/services covered by this J&A will be fair and reasonable. 8. Actions to Remove Barriers to Future Competition: No specific action is planned to overcome barriers to competition in subsequent procurements, other than synopsizing the requirements. If another potential source emerges, MSC Norfolk will assess whether competition for future requirements is feasible. CERTIFICATIONS AND APPROVAL TECHNICAL/REQUIREMENTS CERTIFICATION I certify that the facts and representations under my cognizance which are included in this Justification and its supporting acquisition planning documents, except as noted herein, are complete and accurate to the best of my knowledge and belief. Technical Cognizance: _____________________ __________________ ___________ __________ Signature Name (Printed) Phone No. Date Requirements Cognizance: _____________________ __________________ ___________ __________ Signature Name (Printed) Phone No. Date LEGAL SUFFICIENCY REVIEW I have determined this Justification is legally sufficient. _____________________ __________________ ___________ __________ Signature Name (Printed) Phone No. Date CONTRACTING OFFICER CERTIFICATION I certify that this Justification is accurate and complete to the best of my knowledge and belief. _____________________ __________________ ___________ __________ Signature Name (Printed) Phone No. Date COMPETITION ADVOCATE APPROVAL Upon the basis of the above justification, I hereby approve as Competition Advocate, the solicitation of the proposed procurement(s) described herein using other than full and open competition, pursuant to the authority of Section 4202 of the Clinger-Cohen Act of 1996. ______________________ _________________ Name Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0b02ae2e920f111f2319df7d9133f503)
 
Record
SN03224054-W 20131031/131029234233-0b02ae2e920f111f2319df7d9133f503 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.