Agency: | DEPT OF DEFENSE |
---|---|
State: | Florida |
Type of Government: | Federal |
Category: | |
Posted: | Apr 22, 2024 |
Due: | Apr 29, 2024 |
Solicitation No: | N61331-24-T-RH04 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The Naval Surface Warfare Center Panama City Division, FL (NSWC PCD) intends to award a sole source, firm fixed price purchase order using simplified acquisition procedures to ETS Lindgren for the Anechoic Chamber Revitalization. This procurement is sole source for the following reason: ETS-Lindgren has an intimate knowledge of the equipment and bases configuration that no other vendor possesses. Furthermore, the revitalization of the chamber is required to be completed and invoiced no later than 30 September due to funding constraints. Only ETS-Lindgren can meet the required due date due to their knowledge and familiarity with NSWC PCD’s Anechoic Chamber. If another vendor were to be selected, they would have to come to NSWC PCD to view the chamber configuration to familiarize themselves with the configuration and the bases requirements. This would ultimately delay the revitalization effort to beyond the required timeline, resulting in project delay and unplanned costs. Destination to the Naval Support Activity Panama City (NSA PC), Receiving Office Building 100, 100 Vernon Ave., Panama City, FL 32407. Small Business Size standard 750 employees, NAICS Code 334419. PSC is 7G22.
1. Identification of the agency and the contracting activity, and specific identification of the document as a “Sole Source Justification.”
This is a sole source justification. Contracting activity is NSWC-PCD, Code 024, 110 Vernon Ave., Panama City, FL, 32407.
2. Nature and/or description of the action being approved.
This action will award a firm fixed price contract to ETS-Lindgren for the refurbishment listed in Paragraph 3 of this document.
3. A description of the supplies or services required to meet the agency’s needs (including the estimated value).
- NSWC Anechoic Chamber Revitalization including:
- EMQuest™ Software Maintenance (EMQ-100-M)
- CUSTOM 2304-002 Heavy Duty Precision Roll/Azimuth positioner (positioner control is via EMQuest Software installed on Government furnished computer with Ethernet port)
- EMQ-100 EMQuest Antenna Measurement Software
- Shipping to NSWC PCD
This acquisition will be conducted using simplified acquisition procedures with a total estimated value greater than $25,000. 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 FY24 NISE funds.
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) – Only one responsible source and no other supplies or services will satisfy agency requirements, FAR 6.302-1.
The Naval Surface Warfare Center Panama City Division (NSWC PCD) currently has a requirement to refurbish and update the bases Anechoic Chamber. ETS-Lindgren has an intimate knowledge of the equipment and bases configuration that no other vendor possesses. Furthermore, the revitalization of the chamber is required to be completed and invoiced no later than 30 September due to funding constraints. Only ETS-Lindgren can meet the required due date due to their knowledge and familiarity with NSWC PCD’s Anechoic Chamber. If another vendor were to be selected, they would have to come to NSWC PCD to view the chamber configuration to familiarize themselves with the configuration and the bases requirements. This would ultimately delay the revitalization effort to beyond the required time-line, resulting in project delay and unplanned costs. Multiple potential vendors were contacted either by phone or email. ETS-Lindgren was the only vendor to respond that is able to perform the required actions in the timeframe necessary to avoid a complete work-stoppage for all RF testing at NSWC-PCD.
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 the ETS-Lindgren for the Anechoic Chamber revitalization listed in Paragraph 3 of this document.
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.
For the reasons specified in paragraph 4 above, ETS-Lindgren is the only source that can meet the Government’s needs. This requirement will be synopsized in the government point of entry sam.gov because it is estimated greater than $25,000.00.
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, ETS-Lindgren is the only source that can meet this requirement.
SIGNATURE PAGE FOLLOWS
With GovernmentContracts, you can:
Follow ISO 9001, 14001 Re-Certification/Surveillance Active Contract Opportunity Notice ID M6700424Q1000 Related Notice
Federal Agency
Bid Due: 12/18/2024
Follow QA Services for EAA Active Contract Opportunity Notice ID W912EP-24-R-0010 Related Notice
Federal Agency
Bid Due: 12/26/2024
solicitation doc dept/buyer/category/solicitation type dates status REQ FOR PRE-QUAL OF VENDORS FOR OILS,
Palm Beach County
Bid Due: 2/08/2029
Title : Behavioral Health Services Managing Entity - Central Region Number : ITN-06606
State Government of Florida
Bid Due: 10/01/2024