SPECIAL NOTICE
31 -- 711th BUY
- Notice Date
- 7/27/2017
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), GSA/FAS R5 Contracting Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- ID05170077
- Archive Date
- 8/11/2017
- Point of Contact
- Holley J. Robinson-Blouse, Phone: 9374274643
- E-Mail Address
-
holley.robinson-blouse@gsa.gov
(holley.robinson-blouse@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION 1.AGENCY AND CONTRACTING ACTIVITY Agency: 711th Human Performance Wing Operation Management Logistics (HPW/OML) Contract Activity: General Services Administration (GSA)/Region 5 Federal Acquisition Services Contracting Division 2.NATURE AND/OR DESCRIPTION OF ACTION BEING PROCESSED. The School of Aerospace Medicine requires the purchase of one miniWRAS system. 3.DESCRIPTION OF THE SUPPLIES/SERVICES REQURIED TO MEET THE AGENCY'S NEEDS. A wide range aerosol spectrometer is required to characterize the size distribution of aerosols in field environments. The instrument must incorporate an aerosol spectrometer and electrometer, allowing for real-time characterization of aerosols with a size distribution from 10 nm to 35 microns in 41 channels. The concentration ranges are 0.0001-100 mg/m^3 (all), 1-3,000 #/cm^3 (fine-coarse) and 3,000-1,000,000 #/cm^3 (ultrafine-fine). The full size spectrum must be able to be measured and logged every 60 seconds, aerosols emitted during high energy processes necessary to the Air Force mission evolve dynamically. The instrument needs to have the ability to be controlled remotely via Bluetooth or controlled by a PC through RS-232 connection. The internal pump must sample at a flow rate of 1.2 LPM. The item must be able to operate at temperatures between 4-40°C, <95% relative humidity and 893-1133 hPa. The item must run on 120 VAC, 60 Hz electrical power on a 14.4 VDC, 4.8 Ah internal battery, the dimensions should be 34 x 31 x 12 cm, and the item should weigh 18.1 pounds. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION. Citation: 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies will satisfy the agency requirements. 4.DEMONSTRATION THAT THE CONTRACTOR'S UNIQUE QUALIFICATIONS OR NATURE OF THE ACQUISITION REQUIRES THE USE OF ONLY ONE RESPONSIBLE SOURCE AUTHORITY. The miniWRAS system is the only instrument approved for use within detecting aerosols for field studies. There are no resellers available for this item. GRIMM technology is the sole distributor of the instrument. 5.DESCRIPTION OF EFFORTS MADE TO ENSURE THAT OFFERS ARE SOLICITED FROM AS MANY POTENTIAL SOURCES AS DEEMED PRACTICABLE. GRIMM technology is the sole distributor of the commercial product with no resalers. 6.DETERMINATION BY THE PROGRAM MANAGER/CONTRACTING OFFICER THAT THE ANTICIPATED COST TO THE GOVERNMENT WILL BE FAIR AND REASONABLE. The GSA Contracting Officer will determine the price as fair and reasonable. The GSA Contracting Officer will use the distributor's public price list to determine the price as reasonable. 7.DESCRIPTION OF THE MARKET RESEARCH CONDUCTED AND THE RESULTS, OR A STATEMENT OF THE REASONS MARKET RESEARCH WAS NOT CONDUCTED. Market research determined that there is only one distributor of the product. The North American Industry Classification System (NAICS) for the products is 334516, Analytical Laboratory Instrument Manufacturing. GRIMM technologies is a small business. The DFARS procedures, Guidance and Information (PGI) 206.302-1 do not apply to acquisitions under the SAT. GRIMM Technologies is a small business. 8.ANY OTHER FACTS SUPPORTING THE USE OF OTHER THAN FULL AND OPEN COMPETITION. None 9.A LISTING OF SOURCES, IF ANY, THAT EXPRESSED, IN WRITING, AN INTEREST IN THE ACQUISITION. None 10. A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS TO COMPETITION BEFORE MAKING ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES REQURIED. Any future purchase for the exact item will need to be with GRIMM Technologies to meet the needs of the School of Aerospace Medicine. 11.PROGRAM MANAGER CERTIFICATION. I certify that the data supporting the recommended use of other than full and open competition is accurate and complete to the best of my knowledge.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/785901dad7bf8cd4f461adb3d6ecf816)
- Place of Performance
- Address: WPAFB OH, United States
- Record
- SN04601049-W 20170729/170727232620-785901dad7bf8cd4f461adb3d6ecf816 (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 |