Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
SPECIAL NOTICE

66 -- CD Spectropolarimeter

Notice Date
9/8/2016
 
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
FA7000-16-T-0166
 
Archive Date
9/27/2016
 
Point of Contact
Shaun M. Bright, Phone: 719-333-3600, Diana Myles-South, Phone: 719-333-8650
 
E-Mail Address
shaun.bright@us.af.mil, Diana.South@us.af.mil
(shaun.bright@us.af.mil, Diana.South@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent: Brand Name/Sole Source The 10th Contracting Squadron, Directorate of Contracting, United States Air Force Academy (USAFA) intends to award as a Brand Name/Sole Source basis to the vendor, Jasco, Inc. for a J-1500 Circular Dichroism (CD) Spectropolarimeter. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, effective 15 August 2016. This polarimeter is required by the USAFA Chemistry Research Department. The brand name polarimeter can only be provided by Jasco, Inc., 28600 Mary Ct., Easton, MD 21601-7463, a large business. This procurement is for the acquisition of a brand name/sole source commercial item using simplified procedures in accordance with FAR Parts 12 & 13. The North American Industry Classification System Code (NAICS) is 334516 and the size standard is 1,000 employees. 1. Only one responsible source, and no other, will satisfy current USAFA requirements. 2. A Circular Dichroism (CD) polarimeter is required that meets the following specifications: a) Multiple simultaneous sample analysis (at least 6 cells). This is required in order to minimize data collection times in our rather short labs periods (1-2 hours). b) Working spectral range covering UV, Vis and near IR (at least 190 to 900 nm). These spectral ranges are required to fulfill the wide range of laboratory and research studies in the Chemistry department. c) Precisely controlled temperatures are essential (+/- 0.5 ° C) from at least 20 °C to 100 °C (for inorganic and integrated labs, the same precision in organic solvents at low temperatures would be needed ranging from -20 to 10 °C). This can only be reliably achieved with Peltier control. These temperature ranges are required to fulfill the wide range of laboratory and research studies in the Chemistry department. d) Capable of running CD, LD, and ABS modes. e) Capability to do rapid spectral scanning (150 nm/s). This is required in order to minimize data collection times in our rather short labs periods (1-2 hours). f) Capability to upgrade the instrument with additional accessories as new technologies in biochemical research becomes available. This is required because the normal life cycle for this instrument is 10 years and want to ensure that we have the ability to upgrade components as new technology becomes available, over the life of the instrument. 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 a CD polarimeter that meets the requirements described above may provide evidence for consideration. Evidence must support the offeror’s claim they can provide this brand name or an equal product. All qualified sources may submit a response, which if received timely, will be considered by this agency. Information received will be considered solely for determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received NLT 09:00 a.m. MDT on 12 September 2016. 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 with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a firm fixed price purchase order processed in accordance with FAR 12 and 13. Questions should be addressed to the Primary POC: Shaun Bright, Contract Specialist, (719) 333-3600 or send via e-mail to shaun.bright@us.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719)-333-8650, diana.south@us.af.mil. 5352.201-9101 OMBUDSMAN (JUN 2016) (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 719-333-2704 FAX 719-333-9103 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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/FA7000-16-T-0166/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN04263733-W 20160910/160909000026-a55ef4f1ea8d1da92966324896217ba1 (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.