SOURCES SOUGHT
J -- Mercury Analyzers 5 Year Preventative Maintenance Agreement
- Notice Date
- 7/21/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NFFKAA00-16-02945
- Archive Date
- 8/13/2016
- Point of Contact
- James D. Moore, Phone: 8164267172, Steven M. Prado, Phone: 816-426-7454
- E-Mail Address
-
james.d.moore@noaa.gov, Steven.M.Prado@noaa.gov
(james.d.moore@noaa.gov, Steven.M.Prado@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Seafood Inspection Laboratory (NSIL) located administratively within the National Oceanic and Atmospheric Administration’s (NOAA), National Marine Fisheries Service (NMFS) intends to purchase a 5 year preventative maintenance contract for two (2) Direct Mercury Analyzers which are manufactured by AGS Scientific Inc., located in College Station, TX. AGS Scientific Inc. has been identified as the only known source that can provide the needed items as specified below that will also meet the Government’s intended use. NSIL provides laboratory-based analytical support to NOAA's Seafood Inspection Program, NOAA Enforcement, US Food and Drug Administration, Customs and Border Protection, State, and Industry clients for regulatory determinations for the laboratory based detection and confirmation of total mercury concentrations in seafood tissue for domestic and international seafood products. The manufacturer, AGS Scientific Inc., is the only vendor that can accurately perform the preventative maintenance required to keep these analyzers working properly. Any attempt to provide this preventative maintenance from a source other than AGS Scientific Inc. would require that the Government re-qualify the preventative maintenance at considerable cost to the Government whose cost savings could not be recovered using open competition. If the NOAA/NMFS cannot procure the needed preventative maintenance, it will have a negative impact on their ability to detect and confirm total mercury concentrations in seafood tissue for domestic and international seafood products. The requirements for the items are as follows: Ø Direct Mercury Analyzer 5 Year Preventative Maintenance Plan o For Model MA-3000 o Serial Number MA15740286 Ø Direct Mercury Analyzer 5 Year Preventative Maintenance Plan o For Model MA-3000 o Serial Number MA15740287 All items shall be delivered to the U.S. Department of Commerce/NOAA/National Seafood Inspection Laboratory (NSIL) located in Pascagoula, MS. 39568 The Government is not aware of any other vendors that can provide this specialized preventative maintenance service while also meeting all of the requirements listed above. The intended procurement is for a 5 year preventative maintenance contract for two (2) Direct Mercury Analyzers. The Government intends to acquire under the guidelines of FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12 Commercial Items. The Government intends to solicit and negotiate with the only known source (AGS Scientific Inc.) under the authority of FAR 13.106-1(b)(1)(i). All proposals received prior to the proposals and there is no solicitation available at this time. The Government reserves the right to solicit quotes based on the receipt of affirmative responses to this notice or issue a purchase order to AGS Scientific 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 needed preventative maintenance. Interested firms should submit its name, address, point of contact, telephone number, and a brief statement regarding its capability to provide the preventative maintenance that provides the same form, fit and function as the equipment specified above. Any responses that provide for preventative maintenance other than that specified must be accompanied by descriptive literature and show it meets the same form, fit and function. Please include the name, telephone number, and point of contact for businesses or other Government agencies to which your company has previously provided the proposed replacement parts. Offerors may send their proposal via email only to james.d.moore@noaa.gov. The NAICS code for this requirement is 334516. The NWS special packaging/marking requirement will be applicable. All responsible sources may submit requested information which will be considered by the Agency. All contractors doing business with this Contracting Office (Eastern Region Acquisition - Kansas City Division) must be registered with the System for Award Management (SAM) website. 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/NFFKAA00-16-02945/listing.html)
- Place of Performance
- Address: U.S. Department of Commerce/NOAA, National Seafood Inspection Laboratory (NSIL), Pascagoula, Mississippi, 39568, United States
- Zip Code: 39568
- Zip Code: 39568
- Record
- SN04190786-W 20160723/160721234831-af50a18d0563e98383580e5cfe0f7496 (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 |