Skip to main content

An official website of the United States government

You have 2 new alerts

HYDROSPACE LABORATORY LARGE LITTORAL TEST CHAMBER

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)
  • Original Published Date: Aug 29, 2022 03:02 pm CDT
  • Original Date Offers Due: Sep 02, 2022 12:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 17, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    FL 32407
    USA

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

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