Florida Bids > Bid Detail

Sole Source to SAIC for Rack Door Skin Kit

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159337362743699
Posted Date: Sep 8, 2023
Due Date: Aug 15, 2023
Solicitation No: N61331-23-T-GC06
Source: https://sam.gov/opp/a31b407695...
Follow
Sole Source to SAIC for Rack Door Skin Kit
Active
Contract Opportunity
Notice ID
N61331-23-T-GC06
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Sep 08, 2023 11:58 am EDT
  • Original Date Offers Due: Aug 15, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5975 - ELECTRICAL HARDWARE AND SUPPLIES
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Panama City Beach , FL 32407
    USA
Description

(Redacted)





Subj: SOLE SOURCE MEMORANDUM TO ACQUIRE C4N RACK DOOR SKIN KIT CONTENTS FOR THE SOFTWARE SUPPORT ACTIVITY (SSC) (ERP 1301110548)






  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 the Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue,



Panama City, FL 32407-7001 (Contracts Department Code 02).






  1. Nature and/or description of the action being approved.





This action will award a firm fixed price purchase order, on a sole source basis, to Science Applications International Corporation (SAIC), 12010 Sunset Hills Road FL 4, Reston, VA 20190-5856 for the acquisition of Rack Door Skin Kits for the LCAC100 Ship To Shore Connector.






  1. A description of the supplies or services required to meet the agency’s needs (including the estimated value).





The following items are being procured:





ITEM



PART NUMBER



QTY



SSC C4N Rack Door Skins



Kit Contents (each):



• Three (3) door skins with PEM nuts and studs.



• Three (3) sets of engraved door placards.



• Three (3) sets of door hasps.



• One (1) 1553 ENET mounting plate with Helicoils.



• One (1) 1553 bulkhead connector bracket.



SAIC-83836700-04



17





(Redacted)



The Government's minimum needs have been verified by the certifying technical and requirements personnel. All material will be delivered within 120 days after award of purchase order. This memo does not authorize acquisition for other requirements. (Redacted)








  1. 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).





This procurement is sole source for the following reasons. NSWC PCD is the design authority for production of the Landing Craft Air Cushion (LCAC) 100 Class, Command, Control, Communications, Computers, and Navigation (C4N) System. This procurement is not suitable for full and open competition and it is in the best interest of the Government to acquire this item using a non-competitive procurement because SAIC is the only company that fabricates the Software Support Center (SSC) C4N Rack Door Skins Kit Contents. This custom kitted hardware is intended to perform installations on each modification of the necessary craft. Without this custom kit, LCAC-100 class production would not be complete, degrading SSC performance and limiting the planned testing.






  1. 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.






  1. 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, SAIC is the only company that can meet the requirement.






  1. Any other facts supporting the justification.





None.






  1. 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.





For the reasons specified in paragraph 4 above, SAIC is the only company that can meet the requirement.



Signature Page To follow





Section F - Deliveries or performance





F.O.B.



52.247-29 FOB Origin



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





52.232-39 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)



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) –






Attachments/Links
Attachments
Document File Size Access Updated Date
C14 - SSJ Redacted.docx (opens in new window)
22 KB
Public
Sep 08, 2023
C12 Supply Clauses.docx (opens in new window)
27 KB
Public
Sep 08, 2023
file uploads

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
  • Sep 08, 2023 11:58 am 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 >