Florida Bids > Bid Detail

JFD Shadow Excursion Underwater Breathing Apparatus overhaul--Sole Source notice--

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159189267849659
Posted Date: Mar 14, 2024
Due Date: Mar 19, 2024
Source: https://sam.gov/opp/ce6759fa2a...
Follow
JFD Shadow Excursion Underwater Breathing Apparatus overhaul--Sole Source notice--
Active
Contract Opportunity
Notice ID
N61331-24-T-TB14
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NAVAL SURFACE WARFARE CENTER
Looking for contract opportunity help?

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).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2024 04:00 pm EDT
  • Original Date Offers Due: Mar 19, 2024 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H220 - EQUIPMENT AND MATERIALS TESTING- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description



JFD Shadow Excursion Underwater Breathing Apparatus overhaul--Sole Source notice—





Scope:



The Naval Surface Warfare Center Panama City Division (NSWC PCD), Rebreather Systems Development (RSD) has an immediate need to perform an overhaul service on five (5) Shadow Excursion Underwater Breathing Apparatus (UBA) per the Original Equipment Manufacturer (OEM) service requirements. The Contractor shall provide the expertise and technical services to evaluate and perform the overhaul service on the UBA’s per the OEM specifications.



Requirements:



The Contractor shall be OEM certified on the JFD Shadow Excursion UBA and be JFD certified to train and provide certification for JFD Shadow Excursion UBA maintenance training.



The Contractor shall provide OEM certified maintenance service and training on the Shadow Excursion Underwater Breathing Apparatus (UBA) for up to five (5) Shadow Excursion UBA’s and five (5) NSWC Panama City personnel. The certified maintenance service shall cover a full overhaul of each UBA, per the requirements of the OEM, including replacement of all “soft” component (such as O-rings and Breathing Hoses) along with gauges and all pressurized hoses. The contractor shall provide all required maintenance service material, maintenance material that will be in contact with high pressure levels of Oxygen shall be provided cleaned for oxygen service per the standard requirements of MIL-STD-1330. The certified maintenance service training shall cover the OEM procedures for all the required OEM maintenance service intervals of the UBA. The contractor shall provide the certified maintenance service and training local to NSWC PCD, evidence of personnel certification (CDRL A001), and the required educational training material for up to 5 people (CDRL A002).



(Redacted)



Subj: SOLE SOURCE JUSTIFICATION MEMORANDUM FOR UNDERWATER BREATHING APPARATUS OVERHAUL SERVICE, TRAINING AND MATERIALS (Redacted)





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 Chase Defense Partners for the items 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).





Line





Description



Quantity



1



Complete 2.5-year service and parts for up to five EUBAs all cleaned to Mil Std 1330. This service shall also include replacement gauges, HP/LP hoses and breathing hoses as requested prior to additional EUBA testing. All required materials shall be provided by the Contractor.





-Arrangements shall be made at the depot in PC for use to do the work in a clean environment. EUBA regulators and MGVs shall be torn down, cleaned, and reassembled



SHADOW EXCURSION OVERHAUL SERVICE



Up to 5



2



One JFD SE UBA Maintenance Tech training.



SHADOW EXCURSION CERTIFIED SERVICE TRAINING



Up to 5 Students





(Redacted)



The Government's minimum needs have been verified by the certifying technical and requirements personnel. This memo does not authorize acquisition for other requirements. (Redacted)





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 need to repair/rebuild five (5) JFD Shadow Excursion Underwater Breathing Apparatus’ (UBA). JFD is the Original Equipment Manufacturer (OEM) of the Shadow Excursion Underwater Breathing Apparatus (UBA). The service and components required to repair and rebuild the UBA’s shall be from the OEM or an authorized partner to ensure compatibility and OEM reliability. Chase Defense Partners is the only authorized partner in the United States for the items listed in Paragraph 3, making them the only source for OEM parts and service. If another brand were to be selected, the components would have to be tested and evaluated to ensure compatibility and reliability, resulting in unplanned additional cost to the Government and unacceptable delay.





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 Chase Defense Partners for the items listed in Paragraph 3.





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, Chase Defense Partners 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, Chase Defense Partners is the only source that can meet this requirement.



Signature Page Follows



Section F - Deliveries or performance

F.O.B.

52.247-34 FOB Destination,

Section G

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)

252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)

Section I – Contract Clauses

52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Oct 2010)

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or

Equipment.

52.204-13 System for Award Management Maintenance (Oct 2018)

52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)

52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or

Proposed for Debarment (Oct 2015)

52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018)

52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items

Preselected:

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statement (Jan 2017)

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.233-3 Protest After Award (Aug 1996)

52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

Required:

52.222-50 Combatting Trafficking in Persons (Mar 2015)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013

52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989)

52.217-8 Option to Extend Services (Nov 1999)

52.217-9 Option to Extend the Term of the Contract (Mar 2000)

52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

52.246-4 Inspection of Services-Fixed-Price (Aug 1996)

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 Work Product (Apr 1992)

252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)

252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support (May 2016)

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (MAR 2022)

252.204-7020 NIST SP 800-171 DoD Assessment Requirements (MAR 2022)

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (Jan 2018

252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)

252.225-7048 Export Controlled Items (Jun 2013)

252.232-7010 Levies on Contract Payments (Dec 2006)

252.247-7023 Transportation of Supplies by Sea (Apr 2014)

252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System

252.246-7008 Sources of Electronic Parts

52.252-1-Solicitation Provisions Incorporated by Reference (Feb 1998)

52.252-2-Clauses Incorporated by Reference (Feb 1998)

Section K - Representations, certifications, and other statements of offerors or respondents

52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or

Statements--Representation (Jan 2017)

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.

52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)

52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019)

52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction (Feb 2016)

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018)

Section L - Instructions Conditions and Notices to Bidders

52.212-1 Instructions to Offerors—Commercial Items (Jan 2017)

52.204-7 System for Award Management (Jul 2013

52.204-13 System for Award Management Maintenance JUL 2013

52.204-22 Alternative Line Item Proposal (Jan 2017)

52.211-14 Notice of Priority Rating

52.204-22 Alternative Line Item Proposal (Jan 2017)

52.217-5 Evaluation of Options (July 1990)

252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance

Evaluations (Mar 2018)

Section M – Evaluation Factors for Award

52.212-2 Evaluation—Commercial Products and Commercial Services (Nov 2021) –

***AWARD WILL BE BASED ON THE BEST VALUE TO THE GOVERNMENT CONSIDERING

PRICE, DELIVERY, QUALITY, AND PAST PERFORMANCE***

FAR Part 13 Best value, SPRS past performance, price and delivery terms

(a) For other than firm fixed priced contract line item numbers (CLINs), the Contractor agrees to segregate costs

incurred under this contract/task order (TO), as applicable, at the lowest level of performance, either at the sub line

item number (SLIN) or CLIN level, rather than at the total contract/TO level, and to submit invoices reflecting costs

incurred at that level. Supporting documentation in Wide Area Workflow (WAWF) for invoices shall include

summaries of work charged during the period covered as well as overall cumulative summaries by individual labor

categories, rates, and hours (both straight time and overtime) invoiced; as well as, a cost breakdown of other direct

costs (ODCs), materials, and travel, by technical instruction (TI), SLIN, or CLIN level. For other than firm fixed

price subcontracts, subcontractors are also required to provide labor categories, rates, and hours (both straight time

and overtime) invoiced; as well as, a cost breakdown of ODCs, materials, and travel invoiced. Supporting

documentation may be encrypted before submission to the prime contractor for WAWF invoice submittal.

Subcontractors may email encryption code information directly to the Contracting Officer and Contracting Officer

Representative (COR). Should the subcontractor lack encryption capability, the subcontractor may also email

detailed supporting cost information directly to the Contracting Officer and COR; or other method as agreed to by

the Contracting Officer.

(b) Contractors submitting payment requests and receiving reports to WAWF using either Electronic Data

Interchange (EDI) or Secure File Transfer Protocol (SFTP) shall separately send an email notification to the COR

and Contracting Officer on the same date they submit the invoice in WAWF. No payments shall be due if the

contractor does not provide the COR and Contracting Officer email notification as required herein.

(End of Text)

G-242-H001 GOVERNMENT CONTRACT ADMINISTRATION POINTS-OF-CONTACT AND

RESPONSIBILITIES (NAVSEA) (OCT 2018)

(a) The Government reserves the right to administratively substitute any of the points of contact listed below at any

time.

(b) The contracting officer is the only person authorized to change this contract or orders issued

thereunder. The Contractor shall not comply with any order, direction or request of Government personnel

- that would constitute a change - unless it is issued in writing and signed by the Contracting Officer or is

pursuant to specific authority otherwise included as part of this contract. If, in the opinion of the contractor,

an effort outside the existing scope of this contract is requested, the contractor shall promptly comply with

the Notification of Changes clause of this contract.

(c) The points of contact are as follows:

(i) The Procuring Contracting Officer (PCO) is:

See page 1, Block 24

(ii) The Contract Specialist is:

Name: Alan Tyler Bounds

E-mail: Alan.t.bounds.civ@us.navy.mil

Phone: 850-625-1117

(iii) The Administrative Contracting Officer (ACO) is:

Not Applicable

(d) The Contracting Officer’s Representative (COR) is the contracting officer’s appointed representative for

technical matters. The COR is not a contracting officer and does not have the authority to direct the

accomplishment of effort which is beyond the scope of the contract or to otherwise change any contract

requirements. An informational copy of the COR appointment letter, which provides a delineation of COR authority

and responsibilities, will be provided upon award of this contract.

The Contracting Officer’s Representative (COR) is:

Not Applicable

(e) The Alternate Contracting Officer’s Representative (ACOR) is responsible for COR responsibilities and

functions in the event that the COR is unavailable due to leave, illness, or other official business. The ACOR is

appointed by the contracting officer; a copy of the ACOR appointment will be provided upon award of this contract.

The Alternate Contracting Officer’s Representative (ACOR) is:

Not Applicable

(f) The Technical Point of Contact (TPOC) is the contracting officer’s representative for technical matters when a

COR is not appointed. The TPOC is responsible for technical issues of contract administration, such as providing

all items of Government Furnished Information (GFI), Government Furnished Material (GFM) and Government

Furnished Equipment (GFE) if specified in the contract as well as the inspection and acceptance of all contract

deliverables.

The Technical Point of Contact (TPOC) is:

Name:

Email:

(g) The Alternate Technical Point of Contact (ATPOC) is responsible for TPOC responsibilities and functions in the

event that the TPOC is unavailable due to leave, illness, or other official business.

The Alternate Technical Point of Contact (ATPOC) is:

Not Applicable

(h) The Ombudsman will review complaints from the contractors and ensure that all contractors are afforded a fair

opportunity to be considered, consistent with the procedures in the contract.

The Ombudsman is:

Not Applicable

(i) The Authorized Ordering Person(s) for Per-Call Maintenance is responsible for issuing and maintaining records for

any per-call orders for remedial maintenance placed under this contract. No per-call order shall be placed outside the

scope of this contract and the cumulative total of all orders shall not be in excess of any not-to-exceed amount specified

in the contract. Per-call orders shall not, in any way, modify any terms and conditions of the contract.

(j) The Authorized Ordering Person(s) for Per-Call Maintenance is:

Person(s) listed in (f) with approval from persons listed in ( c ) (i) and (ii).

(k) The Contractor's point of contact for performance under this contract is:

Name:

E-mail:

Address: See Block 9

Phone

(End of Text)

G-242-H002 HOURS OF OPERATION AND HOLIDAY SCHEDULE (NAVSEA) (JUL 2021)

(a) The policy of this activity is to schedule periods of reduced operations or shutdown

during holiday periods. Deliveries will not be accepted on Saturdays, Sundays or Holidays except as

specifically requested by the [insert activity name]. All goods or services attempted to be delivered

on a Saturday, Sunday or Holiday without specific instructions from the Contracting Officer or his

duly appointed representative will be returned to the contractor at the contractor’s expense with no

cost or liability to the U.S. Government.

(b) The federal Government observes public Holidays that have been established under 5

U.S.C. 6103. The actual date of observance for each of the holidays, for a specific calendar year, may

be obtained from the OPM website at OPM.GOV or by using the following direct link:

https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/.

(c) Delayed Opening, Early Dismissal and Closure of Government Facilities. When a

Government facility has a delayed opening, is closed or Federal employees are dismissed early (due

to severe weather, security threat, security exercise, or a facility related problem) that prevents

personnel from working, onsite contractor personnel regularly assigned to work at that facility shall

follow the same reporting and/or departure directions given to Government personnel. The contractor

shall not direct charge to the contract for such time off, but shall follow parent company policies

regarding taking leave (administrative or other). Non-essential contractor personnel, who are not

required to remain at or report to the facility, shall follow their parent company policy regarding

whether they should go/stay home or report to another company facility. Subsequent to an early

dismissal, delayed opening, or during periods of inclement weather, onsite contractors should monitor

the OPM website as well as radio and television announcements before departing for work to

determine if the facility is closed or operating on a delayed arrival basis.

(d) When Federal employees are excused from work due to a holiday or a special event

(that is unrelated to severe weather, a security threat, or a facility related problem), on site contractors

shall continue working established work hours or take leave in accordance with parent company

policy. Those contractor employees who take leave shall not direct charge the non-working hours to

the contract. Contractors are responsible for predetermining and disclosing their charging practices

for early dismissal, delayed openings, or closings in accordance with the FAR, applicable cost

accounting standards, and the company’s established policy and procedures. Contractors shall follow

their disclosed charging practices during the contract period of performance, and shall not follow any

verbal directions to the contrary. The Contracting Officer will make the determination of cost

allowability for time lost due to facility closure in accordance with FAR, applicable Cost Accounting

Standards, and the Contractor's established accounting policy and procedures.

(e) If you intend to visit the Contracts Office, it is advised that you call for an

appointment at least 24 hours in advance.

(f) The hours of operation are as follows:

AREA FROM TO

NSWC-PCD and/or NEDU 0700 1600*

(g) All deliveries to the Receiving Officer, (See Delivery Schedule, Section F), shall be

made Monday through Friday from 0700 to 1600, local time. Deliveries will not be accepted after

1600. No deliveries will be accepted on federal government holidays.

(End of text)

G-242-W001 CONTRACT ADMINISTRATION FUNCTIONS (NAVSEA) (OCT 2018)

(a) In accordance with FAR 42.302(a) all functions listed are delegated to the ACO except the following items to be

retained by the PCO:

ALL functions listed will be retained by the PCO.

(b) In accordance with FAR 42.302(b), the following additional functions are delegated to the ACO: None

(End of Text)

L-204-H003 NOTIFICATION OF USE OF NAVY SUPPORT CONTRACTORS FOR OFFICIAL

CONTRACT FILES (NAVSEA) (APR 2019)

(a) NAVSEA may use a contractor to manage official contract files hereinafter referred to as "the support

contractor", including the official file supporting this procurement. These official files may contain information that

is considered a trade secret, proprietary, business sensitive or otherwise protected pursuant to law or regulation,

hereinafter referred to as “protected information”. File management services consist of any of the following:

secretarial or clerical support; data entry; document reproduction, scanning, imaging, or destruction; operation,

management, or maintenance of paper-based or electronic mail rooms, file rooms, or libraries; and supervision in

connection with functions listed herein.

(b) The cognizant Contracting Officer will ensure that any NAVSEA contract under which these file management

services are acquired will contain a requirement that

(1) The support contractor not disclose any information;

(2) Individual employees are to be instructed by the support contractor regarding the sensitivity of the official

contract files;

(3) The support contractor performing these services be barred from providing any other supplies and/or

services, or competing to do so, to NAVSEA for the period of performance of its contract and for an additional

three years thereafter unless otherwise provided by law or regulation; and,

(4) In addition to any other rights the offeror may have, it is a third party beneficiary who has the right of

direct action against the support contractor, or any person to whom the support contractor has released or

disclosed Protected Information, for the unauthorized duplication, release, or disclosure of such Protected

Information.

(c) Submission of a proposal will be considered as consent to NAVSEA's permitting access to any information,

irrespective of restrictive markings or the nature of the information submitted, by its file management support

contractor for the limited purpose of executing its file support contract responsibilities.

(d) NAVSEA may, without further notice, enter into contracts with other contractors for these services. Offerors are

free to enter into separate non-disclosure agreements with the file support contractor. Contact the Procuring

Contracting Officer for contractor specifics. However, any such agreement will not be considered a prerequisite

before information submitted is stored in the files or otherwise encumber the government.

(End of Provision)





-------------------------------------



All quotes submitted in response to this announcement shall be reviewed if submitted by the close date. RFQ must include supporting documents: Capabilities Statement, Proof of past performance for similar work, and cage code.




  • Email subject line must include Solicitation Number and vendor Name at beginning of subject line

  • Award will be based on the best value to the government considering price, delivery, quality, and past performance

  • Email quotes to alan.t.bounds.civ@us.navy.mil on or before the closing date and time stated above.

  • The Government will not accept late quotes.




  • The Government will not accept quotes that are partial or incomplete

  • Provide CAGE code and Lead time on your quote.

  • Vendors must be able to invoice through Wide Area Workflow (WAWF).

  • If shipping is not included in the price include a line item for shipping.

  • Vendors must ensure that they have received a response within 24 Business hours after quote has been submitted to remain competitive. If no response is receive Please Call primary then Secondary contact.






Attachments/Links
Contact Information
Contracting Office Address
  • PANAMA CTY DIVISION 110 VERNON AVE
  • PANAMA CITY BEACH , FL 32407-7001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2024 04:00 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >