Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

J -- Notice of Intent to sole source

Notice Date
7/16/2020 11:26:26 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
HEADQUARTERS ACQUISITION DIV (HQAD) WASHINGTON DC 20460 USA
 
ZIP Code
20460
 
Solicitation Number
68HERH20Q0111
 
Response Due
7/22/2020 12:00:00 AM
 
Archive Date
08/06/2020
 
Point of Contact
Tichacek, William
 
E-Mail Address
tichacek.william@epa.gov
(tichacek.william@epa.gov)
 
Awardee
null
 
Description
Subject: Notice of Intent to Sole Source Procurement Office: U.S. Environmental Protection Agency, Headquarters Acquisition Division 1200 Pennsylvania Avenue NW, Washington DC 20460 In accordance with FAR 13.106-1(b), the U.S. Environmental Protection Agency (EPA), Headquarters Acquisition Division (HQAD) intends to award a Sole Source Firm Fixed-Price Purchase Order to procure three years of maintenance service for several PerkinElmer Instruments from PerkinElmer Health Sciences, Inc. of Shelton, CT. EPA has identified PerkinElmer as the only contractor able to meet the requirements of this procurement. The anticipated contract type is firm-fixed-price (FFP). The government will only solicit a single source, which is PerkinElmer Health Sciences, Inc. (DUNS no. 132010856). The contract action is for the procurement of a one-year service contract with two one-year option periods for maintenance service for several PerkinElmer instruments, including an Optima 5300DV Inductively Coupled Plasma Atomic Emission Spectrometer (ICPAES), an Avio ICP-AES, a NexION 300D Inductively Coupled Plasma Mass Spectrometer (ICP-MS), and a PinAAcle 900T Atomic Absorption spectrometer (AA). These instruments are used in performing elemental analysis in support of the National Enforcement Investigations Center (NEIC) civil and criminal enforcement programs. This procurement is for maintenance service, which includes all labor and travel expenses for service engineer visits and all parts (excluding consumables) for maintaining the performance level of two ICP-AES, one ICP-MS instrument, and one AA that will expire on July 29, 2020. PerkinElmer Health Sciences, Inc. is the original equipment manufacturer (OEM) of these systems, and their field engineers are well versed in both the hardware and software operating system of these spectrometers. The extensive proprietary training and expertise of their engineers allows them to quickly troubleshoot instrument malfunctions. Their service engineers are familiar with the idiosyncrasies and difficulties that may occur when operating and repairing ICP-AES, ICP-MS, and AA instrumentation. In addition, they have real time access to certified replacement parts that are needed to repair this type of equipment and ensure proper and safe operation upon completion of a repair. They are up to date on any proprietary software upgrades pertaining to this system which is critical when troubleshooting potential instrument malfunctions. PerkinElmer service engineers are extensively trained in troubleshooting and repairing any instrument malfunctions and have real time access to replacement parts. No third- party vendor has access to this training program, resources and proprietary system information. A rapid service response time is needed for these instrument systems; all listed instruments are heavily used in both criminal and civil enforcement actions and unexpected downtime is not acceptable as it impacts EPA�s ability to complete analyses on schedule and to schedule new analyses. It is unlikely that NEIC would have excessive instrument downtime if PerkinElmer were chosen as the service provider. Therefore, PerkinElmer Health Sciences, Inc. is the only vendor that can provide the expertise to effectively and promptly troubleshoot and repair NEIC�s PerkinElmer instruments. The CO has determined that the cost is fair and reasonable based on an initial comparison of the price to historical prices paid by the Agency for the same services that led to the government receiving the services to meet the mission. The North American Industry Classification System (NAICS) code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22 million. The Government is continually seeking qualified vendors in obtaining a source list of interested vendors. However, PerkinElmer, Inc. is the only vendor that meets the requirements outlined in the procurement request package. NO SOLICITATION IS AVAILABLE. This notice of intent to award is not a request for competitive quotations. Interested concerns capable of providing the service as described in this notice may submit a Capability Statement outlining their capabilities. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this announcement to be considered by the Government. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Each response should include the following Business Information: a. DUNS. b. Company Name. address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, HUBZone, veteran owned. etc.) as validated in System for Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/# l e. Capability Statement Responses to this posting must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete the proposed purchase order based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to William Tichacek, Contract Specialist at tichacek.william@epa.gov. NO PHONE CALLS WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7de8859b34e34f428d3982a4ab4cb708/view)
 
Record
SN05723303-F 20200718/200716230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.