MODIFICATION
66 -- HYDROSPACE LABORATORY LARGE LITTORAL TEST CHAMBER
- Notice Date
- 8/29/2022 1:02:03 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
- ZIP Code
- 32407-7001
- Solicitation Number
- N61331-22-R-0010
- Response Due
- 9/2/2022 10:00:00 AM
- Archive Date
- 09/17/2022
- Point of Contact
- Olivia L. Farr, Phone: 8508903558
- E-Mail Address
-
olivia.l.farr.civ@us.navy.mil
(olivia.l.farr.civ@us.navy.mil)
- Description
- The Naval Surface Warfare Center, Panama City Division (NSWC PCD), Contracts Department, 110 Vernon Avenue, Panama City, FL 32407-7001, intends to�Award of a Firm Fixed Price (FFP) type contract on a sole source basis to WSF Industries, Inc., 7 Hackett Drive, Tonawanda, New York 14150 (CAGE Code 03020), for one Horizontal Large Littoral Test Chamber.�The estimated total price for this contract is estimated at� including delivery to Panama City, FL. The Government�s minimum needs have been verified by the certifying technical and requirements personnel. The contract action will be funded with FY22 Capital Investment Plan Funds. The estimated delivery is up to 79 weeks after issuance of contract.�Per FAR Part 6.302-1, 10 USC 2304(c)(1) [10 U.S.C. 3204(a)(1)], Only one responsible source and no other supplies or services will satisfy agency requirements.�Hydrospace Laboratory serves as an unbiased testing location for assessing and measurement of life supporting equipment and systems, and provides in-house research and development. WSF Industries, Inc., has been the manufacturer for the Hydrospace Laboratory, providing novel,�customized test equipment, technical competency, and design rigor. For well over three decades, the Hydrospace Laboratory has been able to customize the research and test equipment from WSF Industries. The Hydrospace Laboratory requires an innovative, large hydrostatic chamber to facilitate the Navy�s evolving research and development and testing needs which directly support today�s warfighter. A large hyperbaric test chamber is required to augment the Hydrospace Laboratory�s suite of chambers for Hydrospace Laboratory to continue to be the foremost hyperbaric research test facility. This five-foot inner-diameter chamber provides additional capacity to allow simultaneous unmanned testing and phased overhauls, thus reducing tasking conflicts and schedule interruptions. The WSF Industries, Inc. proposed chamber configuration includes known, historicallyevidenced suitability suited to meet the Hydrospace Laboratory needs and requirements. The company itself rapidly responds to questions and has been historically and currently capable of meeting Hydrospace Laboratory sui generis configuration requirements which allow for the highly specialized testing performed at the Laboratory. The unique chamber configuration proposed build will suit current and future requirements to allow the Hydrospace Laboratory to function as an independent test organization and support modified testing for future research and development applications. The proposed chamber configuration includes WSF Industries� SmartClave� technology which integrates a programmable logic controller and touch-screen display with an intuitive messaging system. This technology allows for enhanced oversight for all phases of Hydrospace�s chamber operation. Additionally, WSF Industries offers RAPIDOOR� which allows for quick chamber access and positive sealing. WSF Industries has engineered this feature in a several alloys which allows for Hydrospace Laboratory to customize the chamber to suit the often-wet, dynamic environment for testing. Patented safety features prevent unlocking of the door while the vessel is under pressure, and safety features prevent process initiation until the closure is locked securely. As such, these unique features are advantageous to the Government in a way that no other brand�s configuration meets these testing and safety capabilities. If another brand chamber was to be selected, the Hydrospace Laboratory will be obligated to introduce new methodologies and processes to the current baseline configuration that it is set for replacement, and in this is expected to increase costs by $387,500 and push testing schedules to unacceptable timeframes. These costs and delays are not expected to be recovered through competition. Therefore, the WSF Industries, Inc. configuration is the only one available to meet the minimum Government needs for this proposed requirement. A sources sought notice was published on the Government point of entry SAM.gov website from 18 July 2022 to 1 August 2022. Because the requirement is a commercial item, it was synopsized for less than fifteen days per FAR Part 5.203. WSF Industries, Inc. was the only entity responding to the announcement. No additional market research was conducted because it is not practicable, for the reasons discussed in paragraph 5 above, for any company other than WSF to provide the required Horizontal Large Littoral Test Chamber. 52.204-7 System for Award Management OCT 2018 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-22 Alternative Line Item Proposal JAN 2017 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services NOV 2021 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services NOV 2021 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors NOV 2021 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2021 252.204-7022 Expediting Contract Closeout MAY 2021 252.211-7003 Item Unique Identification and Valuation MAR 2022 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic JUN 2022 252.225-7002 Qualifying Country Sources As Subcontractors MAR 2022 252.225-7048 Export-Controlled Items JUN 2013 252.225-7055 Representation Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime MAY 2022 252.225-7972 (Dev) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) MAY 2020 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.232-7017 Accelerating Payments to Small Business Subcontractors-- Prohibition on Fees and Consideration APR 2020 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.246-7008 Sources of Electronic Parts MAY 2018 252.247-7023 Transportation of Supplies by Sea FEB 2019 52.204-24 52.212-2 EVALUATION--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020) 252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (MAY 2021) 252.225-7973 PROHIBITION ON THE PROCUREMENT OF FOREIGN-MADE UNMANNED AIRCRAFT SYSTEMS - REPRESENTATION (MAY 2020) (DEVIATION 2020-O0015) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.232-7003
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e2da052dfa146b6aa97056e6ef7c2e5/view)
- Place of Performance
- Address: FL 32407, USA
- Zip Code: 32407
- Country: USA
- Zip Code: 32407
- Record
- SN06444121-F 20220831/220829230125 (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 |