Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOURCES SOUGHT

66 -- Emersion Probes and Universal Dual Analyzers

Notice Date
7/22/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NRMAD000-16-01270
 
Archive Date
8/16/2016
 
Point of Contact
James D. Moore, Phone: 8164267172, Steven M. Prado, Phone: 816-426-7454
 
E-Mail Address
james.d.moore@noaa.gov, Steven.M.Prado@noaa.gov
(james.d.moore@noaa.gov, Steven.M.Prado@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Atlantic Oceanographic and Meteorological Laboratory (AOML) located administratively within the National Oceanic and Atmospheric Administration’s (NOAA), Oceanic and Atmospheric Research (OAR) intends to purchase electrodes, universal dual analyzers and adapter cables for a tank experiment. The items are manufactured by Honeywell and sold through their authorized dealer in the Southeast Region of the United States, AWC Inc. located Aalborg Instruments and Controls Inc. located in Baton Rouge, LA 70809. The AWC Inc. has been identified as the only known source that can provide the needed items as specified below that will also meet the Government’s intended use. Their electrodes have the level of accuracy (.001 stability & 0.005/mo) which will allow NOAA/OAR to accurately measure pH and help maintain experimental tank treatments of high and low pH. Other technical requirements of the electrode include: 1” diameter electrode, an operating range of 0-14 pH, temperature range of -10 to 110 degree Celsius, a maximum pressure of 50 psig at 100 degrees Celsius and 100 psig at 50 degrees Celsius, 0.5 lb. automatic temperature compensation and vario pin cable connection that is only compatible with the 20 foot adapter cables that connect the electrodes to the universal dual analyzers (UDA 2182). Any attempt to reproduce this item from a source other than AWC Inc. would require that the Government re-qualify the items at considerable cost to the Government whose cost savings could not be recovered using open competition. If the NOAA/AOML cannot procure the electrodes controllers, it will have a negative impact on their ability to standardize the tank experiment because utilizing different products can cause fluctuations in data which makes it difficult for researchers to determine if the change is because of the environment or the products. NOAA/OAR already owns one of each of the items listed below, additional units are required to maintain consistency. By using the same system we can determine that the changes are due to the environment, and therefore no harm to the government or the project. The requirements for the items are as follows: Ø Durafet III Emersion Probe o Quantity of 17 o P/n HY 51453503-505 Ø Universal Dual Analyzers o Quantity of 7 o P/n HC UDA2182PH1PH2NNE0000EE Ø CAP Adapter Cable o Quantity of 15 o Size: 20 feet o P/n HY 51453388-501 Ø Shipping Charges All items shall be delivered to the U.S. Department of Commerce/NOAA/Atlantic Oceanographic Meteorological Laboratory (AOML) located at 4301 Rickenbacker Causeway, Miami, FL 33149 The Government is not aware of any other vendors that can provide this specialized piece of equipment while also meeting all of the requirements listed above. The intended procurement is for the equipment for a tank experiment. The Government intends to acquire under the guidelines of FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12 Commercial Items. The Government intends to solicit and negotiate with the only known source (AWC Inc.) under the authority of FAR 13.106-1(b)(1)(i). All proposals received prior to the proposals and there is no solicitation available at this time. The Government reserves the right to solicit quotes based on the receipt of affirmative responses to this notice or issue a purchase order to AWC Inc. whichever is determined to be more advantageous to the Government without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to be considered, firms must furnish detailed information concerning their capability to provide the needed equipment. Interested firms should submit its name, address, point of contact, telephone number, and a brief statement regarding its capability to provide the equipment that provide the same form, fit and function as the equipment specified above. Any responses that provide for equipment other than that specified must be accompanied by descriptive literature and show it meets the same form, fit and function. Please include the name, telephone number, and point of contact for businesses or other Government agencies to which your company has previously provided the proposed replacement parts. Offerors may send their proposal via email only to james.d.moore@noaa.gov. The NAICS code for this requirement is 334516. All responsible sources may submit requested information which will be considered by the Agency. All contractors doing business with this Contracting Office (Eastern Region Acquisition - Kansas City Division) must be registered with the System for Award Management (SAM) website. Vendors can register with SAM at the following website https://www.sam.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NRMAD000-16-01270/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce NOAA, Atlantic Oceanographic Meteorological Laboratory (AOML), 4301 Rickenbacker Causeway, Miami, Florida, 33149, United States
Zip Code: 33149
 
Record
SN04192804-W 20160724/160722234249-8b6e258d8897bb9ab41edba74e3d9092 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.