Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

35 -- TA Instruments Upgrade - J&A TA instruments

Notice Date
8/28/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-15-T-0134
 
Archive Date
10/14/2015
 
Point of Contact
Brian Finerty, Phone: 7193332572
 
E-Mail Address
brian.finerty@us.af.mil
(brian.finerty@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA7000-15-T-0134
 
Award Date
9/14/2015
 
Description
J&A TA instruments Notice of Intent: The 10th Contracting Squadron, United States Air Force Academy (USAFA) Colorado intends to make a sole source award to TA Instruments for the replacement of instrument controllers on Q100, Q500, and Q800. This replacement will make these instruments compatible with Windows 7 per the requirement to upgrade all computers systems from Windows XP to Windows 7. This procurement is for the acquisition of a sole source commercial item using simplified procedures in accordance with FAR Parts 12 and 13. The North American Industrial Classification System (NAICS) number is 334516 and the business size standard is 500. Requirement: Currently we have three TA Instruments that need new components installed in the instrument so that it will work with Windows 7. The requirement is to purchase the components and have the contractor install and verify the system is functioning properly so that DFC is in compliance with Air Force Guidance Memorandum 33-03. Sole Source Justification: Only one responsible source and no other item will satisfy the USAFA requirement. TA Instruments is the only approved source due to proprietary software and hardware components. These three instruments are highly technical analytical instruments. TA Instruments manufactures and services these instruments. TA Instruments does not subcontract with any company to manufacture or service these instrument or any of the major components. Repair and maintenance of these instruments is a complex procedure that can only be performed by personnel specifically trained on the instruments. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide the required application software and hardware required to upgrade the Flow International Corporation Waterjet cutting system at the USAFA to operate in a Windows 7 environment with all of the features and functions of the requirement described above may provide evidence for consideration. Evidence must support the offeror's claim. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 1:00 pm Mountain Standard Time (MDT), 11 September 2015. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration within the System for Award Management (SAMS) https://www.sam.gov/portal/public/SAM/ Questions should be addressed to Brian Finerty, (719) 333-2572 or sent via e-mail to brian.finerty@us.af.mil CLAUSES INCORPORATED BY FULL TEXT: 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: james.anderson@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-T-0134/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado Springs, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN03861754-W 20150830/150828235641-9d2435b9311e6acaf8f1e74c94837aa1 (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.