SPECIAL NOTICE
J -- Intent to Award Sole Source - Agilent Technologies, Inc.
- Notice Date
- 2/16/2012
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- F4BWC01217A001
- Archive Date
- 3/7/2012
- Point of Contact
- Andrew R. Lawson, Phone: 3334504, Elizabeth Lawson, Phone: 719-333-3929
- E-Mail Address
-
Andrew.Lawson@usafa.af.mil, elizabeth.lawson@usafa.af.mil
(Andrew.Lawson@usafa.af.mil, elizabeth.lawson@usafa.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 10CONS/LGCB, Contracting Squadron, USAF Academy intends to award a sole source purchase order for (2) One-Year Service Agreements from Agilent Technologies, Inc., 2850 Centerville Road, Wilmington, DE 19808-1610. This procurement is an acquisition of a sole source commercial item using simplified acquisition procedures in accordance with FAR Part 12 and 13. The contract line items are as follows: Base CLINs: 0001 One-Year Service Agreement for the Varian 300 Mercury Plus NMR - Account 351FC, Detail #0339 0002 One-Year Service Agreement for the Varian 400 Mercury Plus NMR - Account 351FC, Detail #0340 Option CLINs: 1001 Option Period One. One-Year Service Agreement for the Varian 300 Mercury Plus NMR - Account 351FC, Detail #0339 1002 Option Period One. One-Year Service Agreement for the Varian 400 Mercury Plus NMR - Account 351FC, Detail #0340 2001 Option Period Two. One-Year Service Agreement for the Varian 300 Mercury Plus NMR - Account 351FC, Detail #0339 2002 Option Period Two. One-Year Service Agreement for the Varian 400 Mercury Plus NMR - Account 351FC, Detail #0340 Minimum Requirements: 12 month telephone and parts service agreements. Service to include full telephone support by service specialists to diagnose and solve problems. All parts required to repair the problems are made available on an exchange basis (free of charge) to include the factory repair probes. If on-site visits by a service engineer are required, standard travel and labor rates will apply. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55, effective February 2, 2012. The North American Industry Classification System Code (NAICS) is 811219 and the small business size standard is $19,000,000. Sole Source Justification: Agilent Technologies, Inc. acquired Varian, Inc. - the original company that designed and manufactured the subject NMRs. They have been servicing these types of instruments for over fifty years and are uniquely qualified to service our specific instrument. This instrument is extremely complicated with many interconnecting pieces of circuitry and is exclusively controlled by Agilent designed software. This software is proprietary to Agilent and no other vendors are authorized to service these instruments. Other vendors may not have the experience or necessary qualifications to service this proprietary software. Many of the problems encountered can be difficult to troubleshoot. Acquisition from a less experienced service provider could have a significant impact on our mission by incurring an extended downtime period. It is important the service engineers have a high degree of proficiency and background knowledge with these instruments. Based on the above information, Agilent Technologies, Inc. is the only source capable of meeting the government's requirements. Delivery is to be made to the U.S. Air Force Academy, CO 80840. This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can meet the governments requirements for this acquisition have the burden and responsibility to provide documentation that substantiates their services are equal to or better by demonstrating their service agreement, at a minimum, provides the same services as defined by the sole source provider. The offeror should provide an understandable comparison between the two services along with brochures, specifications, and any other useful information for government consideration. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal services exist based on responses to this notice is solely within the discretion of the Government. Responses must be received 1200 pm Mountain Standard Time, 21 Feb 2012 at 10 CONS/LGCB. 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 synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions should be addressed to the Primary POC Andrew Lawson, Contract Specialist, (719) 333-4504 or sent via e-mail to andrew.lawson.2@us.af.mil. Alternate POC is Elizabeth Lawson, Contracting Officer, (719) 333-3929, elizabeth.lawson.1@us.af.mil. 5352.201-9101 OMBUDSMAN (APR 2010) (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 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, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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) Primary Point of Contact.: Andrew Lawson Secondary Point of Contact: Elizabeth Lawson Contracting Office Address: 8110 Industrial Drive, Suite 200 USAF Academy, Colorado 80840-2315 United States Place of Contract Performance: USAFA USAFA, Colorado 80840 United States Allow Vendors To Add/Remove From Interested Vendors: Yes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWC01217A001/listing.html)
- Place of Performance
- Address: USAFA, CO 80840, USAFA, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN02677341-W 20120218/120216235025-37ee0fff0ac62fbbbb7d47d450035d44 (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 |