SOLICITATION NOTICE
66 -- Purchase Reagents and Kits for Use with a GS-FLX DNA Sequencer
- Notice Date
- 7/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325411
— Medicinal and Botanical Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area, Area Office, 1815 N. University Street, Peoria, Illinois, 61604, United States
- ZIP Code
- 61604
- Solicitation Number
- AG-64PP-S-11-BB06
- Point of Contact
- Karen L. Reddick, Phone: 573-875-5291
- E-Mail Address
-
karen.reddick@ars.usda.gov
(karen.reddick@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent Number AG-64PP-S-11-BB06. The Midwest Area for the Agricultural Research Service of the United States Department of Agriculture, intends to issue an award to Roche Diagnostics Corporation, (RDC), 9115 Hague Road, Indianapolis, IN 46250. This is a sole source procurement under the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the Infectious Bacerial Diseases Research Unit, NADC, MWA, USDA at Ames, IA for a GS Titanium PicoTiter Plate (Cat. No. 05 233 682 001, 16 EA); GS Titanium Sequencing Kits XLR 70 (Cat. No. 05 233 526 001, 16 EA); GS Titanium LV emPCR Kits (Lib L) (Cat No. 05 618 428 001, 16 EA); GS Titanium SV emPCR Kits (Lib-L) (Cat. No. 05 618 444 001, 2 EA); GS Rapid Library Prep Kit (Cat. No. 05 608 228 001, 1 EA); GS Titanium emPCR Breaking Kits (Cat. No. 05 233 658 001, 2 EA); GS Titanium General Library Prep Kits (Cat. No. 05 233 747 001, 2 EA); GS Nebulizer Kit (Cat. No. 05 160 570 001, 1 EA); GS FLX - Maintenance Wash Kits (Cat. No. 04 932 358 001, 3 EA); PCR Nucleotide Mix (Cat. No. 11 581 295 001, 1 EA); Polynucleotide Kinase (Cat. No. 10 633 542 001, 1 EA); Rapid Ligase Kit (Cat. No. 11 635 379 001, 4 EA); GC Rich Kits (Cat. No. 12140306001, 2 EA). These items are available only through (RDC). These are proprietary products of RDC and are the only items compatible with existing equipment. No telephone inquiries will be accepted. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Roche Diagnostics Corporation without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Columbia, MO location, Procurement & Property Section, 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to purchase reagents and kits for use with a GS-FLX DNA Sequencer. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). GS Titanium PicoTiter Plate (Cat. No. 05 233 682 001, 16 EA); GS Titanium Sequencing Kits XLR 70 (Cat. No. 05 233 526 001, 16 EA); GS Titanium LV emPCR Kits (Lib L) (Cat No. 05 618 428 001, 16 EA); GS Titanium SV emPCR Kits (Lib-L) (Cat. No. 05 618 444 001, 2 EA); GS Rapid Library Prep Kit (Cat. No. 05 608 228 001, 1 EA); GS Titanium emPCR Breaking Kits (Cat. No. 05 233 658 001, 2 EA); GS Titanium General Library Prep Kits (Cat. No. 05 233 747 001, 2 EA); GS Nebulizer Kit (Cat. No. 05 160 570 001, 1 EA); GS FLX - Maintenance Wash Kits (Cat. No. 04 932 358 001, 3 EA); PCR Nucleotide Mix (Cat. No. 11 581 295 001, 1 EA); Polynucleotide Kinase (Cat. No. 10 633 542 001, 1 EA); Rapid Ligase Kit (Cat. No. 11 635 379 001, 4 EA); GC Rich Kits (Cat. No. 12140306001, 2 EA). 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "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." (2) The named vendor is the producer of proprietary consumable solutions available only through this company. The items are one hundred percent compatible with our existing equipment and required for proper maintenance and operation of our Roche Diagnostics GS-FLX DNA Sequencer. Continuity of results is only guaranteed with the use of the RDC consumables. 6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis is published in an attempt to identify other possible vendors of the required consumable. b. 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. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). After a thorough web search, no other suppliers were located that could supply this consumable. 8. Description of Market Research (FAR6.303-2 (a)(8). USDA/ARS is constantly surveying the market and from this experience knows that the consumable is proprietary and only available from the vendor identified. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the proprietary nature of the item needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements. Scientists have tested other similar products but no similar results can be guaranteed. 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b) I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Karen Reddick Title: Purchasing Agent
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-64PP-S-11-BB06/listing.html)
- Place of Performance
- Address: USDA-ARS-NADC, Ames, Iowa, 50010, United States
- Zip Code: 50010
- Zip Code: 50010
- Record
- SN02515042-W 20110731/110729234645-4b94adcef51619b87a5f3d3ce9feadb8 (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 |