Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SPECIAL NOTICE

66 -- Equipment Planned and Preventative Maintenance

Notice Date
7/28/2010
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG349BS100608
 
Archive Date
8/18/2010
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service, in Kearneysville, WV intends to issue a sole source purchase order with one option year to Applied Biosystems, 850 Lincoln Centre Drive, Foster City, CA 94404 under the authority of FAR 6.302-1, to provide all parts, labor, and travel required for the service and maintenance for the following mission critical equipment: Applied Biosystem 7900HT Sequence Detection System, Applied Biosystem DNA Analyzer Prism 3730, Applied Biosystem 3100 Genetic Analyzer currently being utilized in ongoing research. The proposed contract action is for supplies or services for which the Government intends to negotiate with only one source under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Responsible sources with demonstrated technical and financial capabilities to provide the required maintenance/performance services to the Applied Biosystem equipment specified may submit a written substantive statement detailing the following capabilities: 1) demonstrated technical capability to successfully provide maintenance/performance agreements for the equipment identified in this notice, 2) demonstrated technical capability to provide manufacturer trained service technicians with qualifications and certifications to provide maintenance/performance services to the equipment specified in this notice, 3) demonstrated ability to obtain replacement parts for the equipment specified in this notice, 4) demonstrated ability to provide technical telephone support for the equipment specified in this notice, and 5) demonstrated past performance on similar maintenance/performance agreements involving equipment specified in this notice. Written substantive statements shall be submitted to the Contracting Officer by the date specified in this notice. No telephone inquires will be accepted. This is a notice of intent, not a request for proposal, and no contract will be awarded based on substantive statements received in response to this notice, but will be used to determine if a comparable source is more advantageous to the Government. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Justification for other than full and open competition. 1. USDA, Agriculture Research Service, North Atlantic Area, Appalachian Fruit Research Station and National Center for Cool and Cold Water Aquaculture. 2. T his action is to obtain a continued maintenance agreement for the following mission critical equipment: Applied Biosystem 7900HT Sequence Detection System, Serial Number 200101 and 100324, Applied Biosystem DNA Analyzer ABI Prism 3730, Serial Number 16108-017, Applied Biosystem 3100 Genetic Analyzer, Serial Number 1330-001. 3. Maintenance and Service of specified equipment is required to be provided by trained service engineers and technicians who are manufacturer certified to provide technical telephone support, provide all required remedial and emergency service calls to include parts, labor, travel, and one annual planned onsite maintenance visit in order to provide manufacturer recommended service. 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The supplies required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements, FAR 6.302-1(a)(2)) When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. The named vendor is the manufacturer of the existing equipment. 6. A Federal Business Opportunities synopsis is published in an attempt to identify other possible vendors that can provide the same results. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on historical procurement information. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying the agency's requirements. Services were deemed to be available only from the one source and it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. 9. Selected vendor is the manufacturer of the existing systems. Reference FAR 13.106(b)(1) - For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is more advantageous to the Government. 12. Data and representations included in this justification and which form a basis for this justification are complete and accurate. I certify that this justification is accurate and complete to the best of my knowledge. /s/ 07/28/2010 Timothy Smearman, Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS100608/listing.html)
 
Place of Performance
Address: 11861 Leetown Road / 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02221217-W 20100730/100728235928-780c0bd155d22e7a98b16eb6e80b3039 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.