SOLICITATION NOTICE
58 -- Purchase of Transducer
- Notice Date
- 1/7/2014
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Archive Date
- 1/29/2014
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HSCG44-14-P-PBN009
- Award Date
- 12/23/2013
- Description
- Justification for Other than Full and Open Competition Simplified Acquisition Threshold 1. Vessel: WMSL Platforms 2. PR# 21-14-444PBN003 3. Description of Supplies: i. Qty of One (1) Transducer P/N: 577408010 Model No. LSE-180 ERA with housing and 15m cable Range 0-3000m Cost $19167.50 Shipping & Handling (est) $500.00 Estimated Value of Procurement: $19,667.50 Northrop Grumman Systems Corp. Sperry Marine International 1865 Industrial Blvd Harvey, LA 70058 POC Faye Easley, Ph 504-349-4232 Faye.Easley@ngc.com 4. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: Check the appropriate reason below: X Only one responsible source and no other supplies or services will satisfy agency requirements, i.e. Unique capabilities, Limited number of sources, Proprietary data or Brand Name Mandatory X_Unusual & Compelling Urgency ___Exclusive Licensing Agreements ___Industrial Mobilization/Standardization 5. Impact Statement (describe the impact on the mission or property) Without these items the CGCBERTHOLF will not satisfy operational requirement based on IMO MSC 74(69) annex IV. BERTHOLF lack of secondary fathometer could relate in operational delays when departing dry dock period. 6. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. Both transducers are manufactured by L3 ELAC Nautik located in Germany. These specific transducers have to be custom built when ordered. The LSE-313 would normally be within FEDLOG, but lead time is approximately 39 weeks. Since the BERTHOLF experienced the failure on their secondary fathometer three years ago they are eager to have it replaced during dry-dock (Dec-Feb). The VE-5900 Echo Sounder system is now CASRPEP'd (CASUALTY/INITIAL-13100/VE-5900 DEPTH INDICATOR/EIC:/CAT:2//) The current stock level is insufficient to support our request. A market research was performed to identify all sources capable of selling these items. The only source found to be capable is L3 ELAC Nautik located in GERMANY. Additonal market research found Northrop Grumman as a resource to order this specific transducer through manufacture. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. The government would need to acquire the rights to proprietary transducer and components in order to solicit additional competition to reverse engineer or repair to specifications this equipment and its associated components. Brett Edgerly, CWO, USCG 12/18/2013 Technical Representative Date James A. Lassiter Contracting Officer Date
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f0f29f3777363afa03978c1627cdbec5)
- Record
- SN03262860-W 20140109/140108000127-f0f29f3777363afa03978c1627cdbec5 (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 |