SOLICITATION NOTICE
66 -- NOTICE OF INTENT TO SOLE SOURCE WITH AGILENT TECHN
- Notice Date
- 6/24/2015
- Notice Type
- Presolicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- 1200 Pennsylvania Avenue NW SRRPOD Washington Washington DC 20460 USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-DC-15-00176
- Response Due
- 6/23/2015
- Archive Date
- 7/8/2015
- Point of Contact
- Wright, Dionne
- E-Mail Address
-
wright.dionne@epa.gov
(Wright.Dionne@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- LIMITED SOURCES JUSTIFICATION Blanket Purchase Agreement with Agilent Technologies Incorporated I. CONTRACTING ACTIVITY Acquisition Office: U.S. Environmental Protection Agency (U.S. EPA) Office of Acquisition Management Superfund/RCRA Regional Procurement Operations Division Emergency Response Service Center 1200 Pennsylvania Avenue Washington DC, 20460 II. NATURE AND/OR DESCRIPTION OF THE ACTION BEING PROCESSED The Office of Research and Development, National Exposure Research Laboratory (NERL) division is establishing a Blanket Purchase Agreement (BPA) with Agilent Technologies, Inc. pursuant to the authority of the Multiple-Award Schedule Program. The BPA is being established against Agilent Technologies GSA schedule contract number is GS-07F-0564X, which is currently scheduled to expire May 31, 2016. However the contract ¿s period of performance does include a five year option period beyond this date which if exercised would extend the contract to May 30, 2021. The current BPA for these supplies, EP-BPA-12-D-0003, scheduled to expire June 28, 2015. The anticipated period of performance for the newly established BPA is June 29, 2015 to June 28, 2020, pending the option period under Agilent ¿s GSA contract is exercised. III.DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED TO MEET THE AGENCY NEEDS This BPA is being established to fulfill a recurring need for specific reagents, supplies, and related services for existing Agilent-specific equipment installed within various ORD laboratories as well as for equipment with quality assurance/ quality control protocols that require Agilent-specified products. Agilent constructs the microarrays for this equipment and these reagents being procured through this BPA cannot be substituted by another vendor without replacement of existing molecular analytical systems. The attached items available under this BPA are vital for highly critical molecular biology projects being conducted within ORD laboratories and essential for completion of key deliverables which support the Agency ¿s Strategic Plan. Please refer to the attached list for a list of the items that will be available under this agreement. The estimated value of orders to be issued under this BPA is in excess of $150,000.00 over a five year period. IV. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION Federal Acquisition Regulation Subpart 8.405-6 entitled Limiting Sources, states BPAs established under Federal Supply Schedules are exempt from the requirements of FAR Part 6. However an ordering activity must justify its actions when restricting competition by preparing and posting a limited sources justification. In accordance with FAR Part 8.405-6(a)(B), the Government has determined only one source is capable of provide the supplies or services required under this BPA at the level of quality required due to their unique and highly specialized nature. V. DETERMINATION BY THE ORDERING ACTIVITY CONTRACTING OFFICER THAT THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) The administrative costs associated with issuing multiple individual purchase orders against Agilent ¿s GSA schedule contracts rather than placing BPA call orders directly with Agilent has been determined not to represent the nest value to the Government. Historical expenditures against the current BPA is evidence that the BPA offers a more efficient and expedited method to fulfill a recurring need for these items. Use of the federal supply schedules offers the ordering activity access to pre-negotiated contract pricing and the potential to obtain deeper discounts based on the anticipated ordering volume. These factors have the potential to afford the Government significant cost savings and is therefore the most advantageous alternative when compared to other procurement methods. VI. DESCRIPTION OF MARKET RESEARCH CONDUCTED AMONG SCHEDULE HODLERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT USED. Market research was conducted on GSA Advantage. The market research efforts revealed there were a few non-custom items available from multiple suppliers, however several of the required items were not available on from schedule contractors. Additionally market research did not reveal there to be any other schedule contractors capable of supply all the items needed thus supporting the Government ¿s decision to establish a single BPA with Agilent for all the items. VII. ANY OTHER FACTS SUPPORTING THE JUSTIFICATION In addition to the BPA items being vital for highly critical molecular biology projects which support the Agency, the custom microarrays are licensed by Agilent, who has a specific agreement/patent in place with the researchers who created them. This further supports the Government ¿s decision to limit competition for this BPA. VIII. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE. During the annual BPA review, the Government will continue to research GSA to determine if other suppliers exist that can satisfy the Government ¿s need. Due to the nature of the competitive environment being strictly limited to one source for the required supplies, it has been determined competition is limited to Agilent Technologies at this time. IX.CONTRACTING OFFICER ¿S CERTIFICATION The Contracting Officer ¿s signature provides evidences that she has determined this document to be both accurate and complete to the best of her knowledge and belief. X.TECHNICAL/REQUIREMENTS PERSONNEL ¿S CERTIFICATION As evidenced by the justification provided by the technical representative on May 14, 2015, the Office of Research and Development Project Manager has certified that any supporting data contained herein, which is their responsibility, is both accurate and complete.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-15-00176/listing.html)
- Record
- SN03774715-W 20150626/150624235126-f4ce95db70b22a5f76897e6451b6ff78 (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 |