SPECIAL NOTICE
66 -- Notice of Intent to Sole Source SOLAIR 5100E air samplers.
- Notice Date
- 3/17/2015
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH15T0149
- Archive Date
- 3/16/2016
- Point of Contact
- Amanda Best, 301-619-1187
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(amanda.l.best@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice announces the intent by the U.S. Army Medical Acquisition Activity (USAMRAA), 820 Chandler St, Fort Detrick, Maryland, 21702, intends to award a sole source contract to Lighthouse Worldwide Solutions for two SOLAIR 5100E air samplers for the WRAIR Pilot Bioproduction Facility (PBF). The proposed contract action is for supplies for which the government intends to solicit and negotiate with only one source under the statutory authority 10 U.S.C. 2304 (c)(2). The FAR citation is 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. WRAIR is currently using the SOLAIR 5100E in various manufacturing cleanrooms at the PBF in order to determine that their cleanliness is sufficient to produce material for human use. The WRAIR PBF is a unique Army facility that produces vaccines under FDA cGMP regulations for use in Phase I clinical trials in humans. In a cGMP facility, the FDA requires uniformity and consistency of equipment and procedures in order to demonstrate control over manufacturing processes in order to protect human patients, and to minimize variability of equipment and processes. These units are portable and will be moved from cleanroom to cleanroom as needed. Purchasing air monitors of different types/models would lead to additional cost and effort in that multiple SOPs would need to be written and maintained, and multiple calibration and PM contracts would need to be maintained. Lastly, potential differences in results from one unit to another would lead to uncertainty and additional time to investigate different results and operators may make errors due to differing operational requirements and will require additional training time for each different unit. Therefore, it is essential to order two more units that are identical to the first one purchased in order to maintain consistency, increase efficiency, reduce overall usage cost over time, reduce potential errors, and meet the FDA regulatory requirements as closely as possible. RFQ W81XWH-15-T-0149 will be issued on a sole source basis. The North American Industry Classification System (NAICS) for this requirement is 334516 and the size standard is 500 employees. This announcement fulfills the synopsis requirements under FAR 5.102(a)(6) and 5.203(a). USAMRAA intends to publish a solicitation no sooner than 15 days after publishing this synopsis. This Special Notice of Intent is not a request for competitive quotes. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government. If no written responses are received by the date listed below, which reflects at least fifteen (15) days after the publication of this notice, the solicitation will be issued as sole source. All questions and responses concerning this notice shall be emailed to Ms. Amanda Best at amanda.l.best7.civ@mail.mil. Interested concerns must identify their capability to the above email address no later than 2:00 PM Eastern Time, 1 April 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH15T0149/listing.html)
- Record
- SN03670103-W 20150319/150317235158-15bd836cdc7beee74629daa66619f91f (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 |