SPECIAL NOTICE
66 -- Notice of Intent to Sole Source - TA Instruments
- Notice Date
- 7/19/2012
- Notice Type
- Special Notice
- 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
- F4BWC02130A001
- Archive Date
- 7/26/2012
- Point of Contact
- Andrew R. Lawson, Phone: 3332327, Elizabeth Lawson, Phone: 7193333929
- E-Mail Address
-
Andrew.Lawson@usafa.af.mil, elizabeth.lawson.1@us.af.mil
(Andrew.Lawson@usafa.af.mil, elizabeth.lawson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 10CONS/LGCB, Contracting Squadron, USAF Academy intends to award a sole source purchase order for 1 each Q20 Auto DSC Differential Scanning Calorimeter with Autosampler and Mass Flow Control manufactured by TA Instruments - Waters LLC 159 Lukens Drive New Castle, DE 19720-2765 USA. This procurement is for the acquisition of a sole source commercial item using simplified acquisition procedures in accordance with FAR Part 12 and 13. The contract line items are as follows: 0001 Q20 Auto DSC Differential Scanning Calorimeter with Autosampler and Mass Flow Control 0002 Finned Air Cooling System (FACS) 0003 IUID Label - Item Identification and Valuation * Delivery is to be included to the U.S. Air Force Academy CO 80840. FOB Destination. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58, effective May 18, 2012. The North American Industry Classification System Code (NAICS) is 334516 and the size standard is 500 employees. Sole Source Justification: •A. The TA Q20 is the only system that allows for scheduled calibration and verification without the need for operator presence. The Q20 operating software is also the only DSC software capable of sending automatic email communications as to the status of the calibrations and sample analysis so the operator is fully apprised of their status. This provides remote real-time instrument/analysis status which allows the user to focus on other tasks without having to physically check the instrument. This is especially important for alerting the user/s on any instrument or sample problems when running multiple samples in sequence. The instrument can then be stopped and the problem addressed before the remaining samples are analyzed. These remotely operated capabilities, only offered by the TA Q20, support greater efficiency and flexibility for the end users; enhancing the effectiveness of research efforts in the classroom environment. •B. The TA Q20 is an updated version of the Q100 DSC which is currently used in the department of chemistry (DFC) for course lab experiments and research projects. All replacement parts, accessories, and consumables available for the Q100 are compatible with the Q20 which allows for "mix and match" capabilities. Most, if not all, DSC's available in the market utilize their own proprietary parts, accessories, and consumables that are compatible with only their equipment. By purchasing the TA Q20, DFC would not have to purchase a new set of replacement parts, accessories, and consumables which can potentially save USAFA thousands of dollars. Items DFC would not have to purchase include an RCS cooling system ($17K), autosampler ($25K), and consumables such as DSC pans (approx. $1 - $2K/year) which may be purchased in bulk quantities at reduced prices for use with the Q1OO and Q20. •C. The TA Q20 is manufactured by TA Instruments in New Castle, Delaware which is exclusively provided to customers in North America via "direct sales" from TA Instruments. No other distributors for the TA Q20 are available. NOTE: This requirement is subject to the Buy American Act. Following is the certificate to be filled out by the awardee. This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can meet the governments requirements for this acquisition have the burden and responsibility to provide documentation that substantiates their products are equal to or better by demonstrating their product, at a minimum, has the same features and functionality of the sole source products. The offeror should provide an understandable comparison between the two products along with brochures, specifications, and any other useful information for government consideration. 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 brand name or equal procurement can be conducted. A determination that equal products exist based on responses to this notice is solely within the discretion of the Government. Responses must be received 1200 pm Mountain Standard Time, 25 July 2012 at 10 CONS/ LGCB. 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 synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov Questions should be addressed to the Primary POC Elizabeth M. Lawson, Contracting Officer, (719) 333-3929 or sent via e-mail to elizabeth.lawson@usafa.af.mil Alternate POC is Nicole Hunyadi, Contracting Officer, (719) 333-8924 or email nicole.baert.1@us.af.mil 5352.201-9101 OMBUDSMAN (APR 2010) (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 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, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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) Primary Point of Contact: Elizabeth M. Lawson Secondary Point of Contact: Nicole Hunyadi Contracting Office Address: 5226 Cedar Drive USAF Academy, Colorado 80840 United States Place of Contract Performance: USAFA USAFA, Colorado 80840 United States Allow Vendors To Add/Remove From Interested Vendors: Yes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWC02130A001/listing.html)
- Place of Performance
- Address: USAF Academy, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02809252-W 20120721/120720001014-e0fe170e83629a723fcad0845f5420a1 (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 |