SOURCES SOUGHT
66 -- SOURCES SOUGHT OCD COLORIMETER AND XY2 SAMPLER
- Notice Date
- 9/9/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NRMAD000-15-01970
- Archive Date
- 10/4/2015
- Point of Contact
- Shawana Roach, Phone: 3053614436
- E-Mail Address
-
shawana.roach@noaa.gov
(shawana.roach@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Sole Source Justification: SEAL ANALYTICAL The Atlantic Oceanographic and Meteorological Laboratory's (AOML) Ocean Chemistry Division (OCD) http://www.aoml.noaa.gov/ocd/ocdweb/index.html located in Miami, FL intends to purchase one (1) XY-2 sampler and one (1) Dual Channel Ultra Hi Resolution Digital Colorimeter with Control Monitor and two (2) 820nm LEDs from SEAL Analytical, Inc. located in Mequon WI. SEAL Analytical Inc. has been identified as the only vendor that can provide the supplies needed that also meets the Government's intended use. There are several reasons to justify this position. In 2014 it was necessary for all participating laboratories involved in the CLIVAR Repeat Hydrography Program to use the same auto-analyzer to reduce inter-laboratory data offset which would result from different instruments being used. The AA3 was the instrument utilized to meet this goal, and now additional components are required to ensure the smooth continuous operation and continued reduced offset of the nutrient data while the instrument is out at sea. The items requested are unique in that they interface only with the current system now in use at AOML, (the AA3) whereas other outside components could not. The software incorporated within the AA3 operating system will only operate the XY-2 sampler and the Digital Colorimeter and no other similar component. The uniqueness of the components allows the AA3 software to control the debubbler & lamp intensity of the LEDs in the Color Monitor. The instruments packages requested must meet the following criteria: 1. XY-2 Sampler Random Access holds 180 samples cups: 0.5ml, or 120 cups: 4ml 0r 5ml holds 90 samples test tubules: 8ml, or 42 vials: 50ml User-defined special racks can be used. Separate rack for calibration and quality control standards. Sampler can access and position at any time. This allows for duplicate sampling and automatic repeats of off-scale or carryover affected samples Calibration & QC standards can be taken from the same cup as often as required. Constant inter-sample air bubble size at any cup position. Programmable speed. Stainless steel and PEEK sample probes for all sample types. 2. AA3 Digital Colorimeter with two (2) High Resolution Digital Photometers Dual Beam detection system with same wavelength correction for high stability. Max-sensitivity 0.0000001 - 0.000001 Abs enables ultra-low concentration to be measured accurately and provides low detection limit. 8,000,000 digital resolution for wide analytical range. No debugging necessary - software debugging algorithm performed No user adjustment needed when new lamp or flowcell installed. Flowcell & transmission tubing are contained inside the photometer housing for optimum equilibration and added protection of the flowcell and connectors. Accessory kit with spare lamp, blank flowcell assembly, special tools. AOML requires the purchase of the requested equipment because as part of its mission they need to maintain data accuracy, and data comparability. Utilizing the same equipment across all sites allows for stronger data comparisons and eliminates certain errors associated with the use of different brands of instruments and interoperability. This is imperative, not only to AOML's work, but for the Government, as it is a required parameter based on the funding. The historical, future and long term data must be comparable as this allows AOML to perform data comparisons and discern any subtle differences, confidently arguing that they are due to environmental influences rather than possible differences in instrument measurements. Without the requested components, and an unexpected component failure on the original system, it is very likely a catastrophic loss of nutrient data would result. Repeat Hydrography Cruises are repeated on average every ten years for each particular cruise site. If there were a loss of nutrient data during one of these cruises, there would be no data collected for a period of 20 years. SEAL Analytical Inc. is the only known source that can reasonably and directly provide the aforementioned items that are required in order for AOML to successfully complete their projects. The intended procurement is for one (1) SEAL XY-2 Sampler, one (1) Digital Colorimeter with control module and two (2) 820nm LEDs as backup components which the Government intends to acquire under the guidelines of FAR Part 13, Simplified Acquisitions Procedures. The Government intends to solicit and negotiate with the only known source (SEAL Analytical Inc.) under the authority of FAR 13.106-1(b). However, all proposals received prior to the close of this notice will be considered by the Government. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on the receipt of affirmative responses to this notice or issue a purchase order to SEAL Analytical Inc., whichever is determined to be more advantageous to the Government without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to be considered, firms must furnish detailed information concerning their capability to provide the aforementioned items. Interested firms should submit its name, address, point of contact, telephone number, and a brief statement regarding its capability to provide the specified supplies that provide the same fit, form and function as the ones specified above. Any responses that provide for supplies other than those specified must be accompanied by descriptive literature and show they meet the same form, fit and function. Also include the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the supplies. Offerors may send their proposal via email to Shawana.Roach@noaa.gov. The NAICS code for this requirement is 334516. All responsible sources may submit a quote which will be considered by the Agency. All contractors doing business with this Contracting Office (Atlantic Oceanographic and Meteorological Laboratory - AOML) must be registered and active in the System for Award Management (SAM). Vendors can register with SAM at the following website https://www.sam.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NRMAD000-15-01970/listing.html)
- Place of Performance
- Address: 4301 RICKENBACKER CAUSEWAY, MIAMI, Florida, 33149, United States
- Zip Code: 33149
- Zip Code: 33149
- Record
- SN03877020-W 20150911/150909235159-766aa9f2dfe2b10eb4f8267bd5d5534b (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 |