SOLICITATION NOTICE
66 -- Intent to Award Sole Source to TA Instruments
- Notice Date
- 7/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, Illinois, 61604
- ZIP Code
- 61604
- Solicitation Number
- AG-5114-S-09-BB24
- Archive Date
- 8/6/2009
- Point of Contact
- Georgetta C Stonewall, Phone: (309) 681-6624, Sofia M Basso, Phone: 309-681-6481
- E-Mail Address
-
georgetta.stonewall@ars.usda.gov, sofia.basso@ars.usda.gov
(georgetta.stonewall@ars.usda.gov, sofia.basso@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The Midwest Area for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to TA Instruments – Waters LLC, 109 Lukens Drive, New Castle, DE 19720. This is a sole source procurement under the authority of FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the Food and Industrial Oil Research Unit, NCAUR, MWA, ARS, USDA at Peoria, IL for a Q2000 Modulated Differential Scanning Calorimeter with Autosampler and Mass Flow Control available only through TA Instruments. This is a proprietary product of TA Instrument and contains patented technology which is needed to meet their scientific research needs. No telephone inquiries will be accepted. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with TA Instruments without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S.C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION 1. Agency and Contracting Activity (FAR 6.303-2(a)(1)). USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section 2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)). a. This contracting action is to obtain a Q2000 modulated differential scanning calorimeter with accessories. 3. Description of Supplies/Services (FAR 6.303-2(a)(3)). The equipment required is a Q2000 Modulated differential scanning calorimeter. The DSC has an autosampler so that multiple samples can be loaded for analysis at one time and so that the user can perform experiments (each lasting >30 minutes/sample) automatically and collect data over the nights and weekends. Our analyses require temperature ranges from -90ºC to 180ºC by the use of a refrigerated cooling system. Our experiments require high sensitivity as well as precision and reproducibility. According to our market research, the Q2000 offers the best reproducibility (0.05%), precision (0.05%), sensitivity: (0.2 μW), and height/width ratio (mW/C using Nitrogen atmosphere) of >60. This instrument has patented modulated temperature DSC capabilities, which allows for the detection of both reversing and nonreversing heat flow for better sensitivity to weak transitions, and more accurate measurement of crystallinity. Also required is the patented Tzero technology, which provides very flat baselines and therefore high resolution and sensitivity. Accessories include a scale that will measure with 0.01 to 0.1 mg reproducibility, a press and die set, a pressure regulator, refrigerated cooling system, a gas dryer, installation and training. The Government’s estimated cost is $60,000. 4. Identification of Statutory Authority (FAR 6.303-2(a)(4)). 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. Demonstration of Contractor’s Unique Qualifications (FAR 6.303-2(a)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, “When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for.” (2) The named vendor is the producer of proprietary and patented technology available only through this company. 6. Federal Business Opportunities – FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6). a. A Federal Business Opportunities (FedBizOpps) synopsis is published in an attempt to identify other possible vendors of the required equipment that can produce the same results. b. USDA/ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7). After a thorough web search, no other suppliers were located that could supply equipment with the sensitivity needed for the research being performed. Two other companies had similiar instruments that could not provide the sensitivity needed and were at a higher cost. 8. Description of Market Research (FAR6.303-2 (a)(8). The market research that was performed showed no alternate sources at this time that could meet the scientific research needs and provide the sensitivity needed. 9. Any Other Supporting Facts (FAR 6.303-2(a)(9)) Due to the proprietary nature of the item needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(a)(10). No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)). Vendor surveys are done from time to time to see if other existing items can meet the research requirements. Scientists have tested other similar products but no similar results can be guaranteed. 12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2b I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. /s/ Name: Georgetta Stonewall Title: Contract Specialist
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/MAO/AG-5114-S-09-BB24/listing.html)
- Place of Performance
- Address: UDSA-ARS-MWA-NCAUR, 1815 N. University Street, Peoria, Illinois, 61604, United States
- Zip Code: 61604
- Zip Code: 61604
- Record
- SN01888070-W 20090729/090727235035-fdbb63ddcd8ac2aad7afb2765ffb81e2 (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 |