HI-TEST LABORATORIES INC MIL-STD-901D TESTING SERVICES
NSWC-PCD intends to award on a HubZone Sole Source basis to Hi-Test Laboratories as follows: 1. Identification of the agency and the contracting activity, and specific identification of the document a... NSWC-PCD intends to award on a HubZone Sole Source basis to Hi-Test Laboratories as follows: 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 HubZone Sole Source firm fixed price purchase order to HI-TEST LABORATORIES INC., 1104 Arvon Rd. PO Box 87 Arvonia, Va 23004 for MIL- STD-901D shock testing services, per FAR 19.1306. 3. A description of the supplies or services required to meet the agency's needs (including the estimated). Item Description Price DSSM Shock Testing and Reporting This acquisition will be conducted using simplified acquisition procedures with a total estimated value of $29,000. The Government's minimum needs have been verified by the certifying technical and requirements personnel. 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 Other Procurement Navy (OPN) 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)(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). Market research showed that Hi-Test Laboratories Inc. is the only company with the proper equipment (Deck Simulation Shock Machine) able to meet the testing requirements of MIL- STD-901D based on the nature of the requested test article. Developing other sources will require to attain capabilities and capacites that Hi-Test Laboratories Inc. already possess. 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 Hi-Test Laboratories Inc. ctivity contracting officer that the order the best value consistent with FAR 13.106-1(b). 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, Hi-Test Laboratories, Inc. is the only source that can meet the Government's needs. This requirement will be synopsized in the government point of entry fbo.gov. 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. d in paragraph 4 above, Hi-Test Laboratories, Inc. is the only source that can meet this requirement. 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 HubZone Sole Source firm fixed price purchase order to HI-TEST LABORATORIES INC., 1104 Arvon Rd. PO Box 87 Arvonia, Va 23004 for MIL- STD-901D shock testing services, per FAR 19.1306. 3. A description of the supplies or services required to meet the agency's needs (including the estimated). Item Description Price DSSM Shock Testing and Reporting $29,000 This acquisition will be conducted using simplified acquisition procedures with a total estimated value of $29,000. The Government's minimum needs have been verified by the certifying technical and requirements personnel. 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 Other Procurement Navy (OPN) 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)(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). Market research showed that Hi-Test Laboratories Inc. is the only company with the proper equipment (Deck Simulation Shock Machine) able to meet the testing requirements of MIL- STD-901D based on the nature of the requested test article. Developing other sources will require to attain capabilities and capacites that Hi-Test Laboratories Inc. already possess. 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 Hi-Test Laboratories Inc. ctivity contracting officer that the order the best value consistent with FAR 13.106-1(b). 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, Hi-Test Laboratories, Inc. is the only source that can meet the Government's needs. This requirement will be synopsized in the government point of entry fbo.gov. 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. d in paragraph 4 above, Hi-Test Laboratories, Inc. is the only source that can meet this requirement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »