SOLICITATION NOTICE
58 -- Seatooth S400 MK3
- Notice Date
- 1/18/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- 110 Vernon Avenue Panama City FL 32407
- ZIP Code
- 32407
- Solicitation Number
- N61331-19-Q-KJ02
- Response Due
- 1/31/2019
- Point of Contact
- Kimberly E. Jimenez, Contract Specialist, Phone 8502355341
- E-Mail Address
-
kimberly.e.jimenez@navy.mil
- Small Business Set-Aside
- N/A
- Description
- This action will award a firm fixed price purchase order on a sole source basis to WFS Technologies Ltd. This requirement is to acquire a two (2) 200m depth rated Seatooth S400 MK3 Subsea Devices with an RS232 interface. The device shall have an internal 12V 22Ah rechargeable battery, external 1m2 loop antenna, user manual, and transport crate. WFS Technologies Ltd. shall conduct a Technical Program Review and a System Final Acceptance Test on the devices. This acquisition will be conducted using simplified acquisition procedures with a total estimated value of $75,000. 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 purchase will be funded with FY19 Overhead funds. 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). The project is in the process of upgrading its current existing Low-Frequency Electromagnetic Systems (LFEMS). In the past, WFS has assisted NSWC-PCD with design and development of the Electromagnetic Communication module of the system. Their unique module requires no additional (or very minimal) changes to our current existing hardware. If this tasking were to be performed by another company, it will require familiarity with our system's formatting and interfaces. With such a module, it is anticipated that it would take at least an additional 300 hours to become familiar with both the tasking and the LFEMS technology. Thus, the government's cost would be at least 60% higher, in order to complete the task. 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 WFS Technologies Ltd. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). 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 above, WFS Technologies, Ltd. is the only source that can meet the Government's needs. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/1298cb464f09bc06141bbff312cf7180)
- Place of Performance
- Address: 110 Vernon Ave Panama City, FL
- Zip Code: 32407
- Country: US
- Zip Code: 32407
- Record
- SN05198610-F 20190120/190118230018 (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 |