SOLICITATION NOTICE
70 -- Qiagen
- Notice Date
- 1/30/2018
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
- ZIP Code
- 30905-5719
- Solicitation Number
- Qiagen2018
- Point of Contact
- Patricia Early, Phone: 7067911829
- E-Mail Address
-
patricia.a.early10.civ@mail.mil
(patricia.a.early10.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91249-18-P-0023
- Award Date
- 1/29/2018
- Description
- SOLE SOURCE JUSTIFICATION 1. Agency/Contracting Activity: Mission and Installation Contracting Command (MICC) - Fort Gordon, GA. 2. Description of Action: Nature: New Requirement Follow-on Requirement Mod to Existing Purchase Order/Contract Number _ Pricing: Firm-Fixed Price Time & Materials Cost Funds: OMA Other Funds: _ An acquisition plan is not required because this procurement does not meet the threshold at Defense Federal Acquisition Regulation Supplement 207.103(d)(i)(B). Name of Proposed Contractor(s): Street Address: City, State, Zip: Phone: QIAGEN Inc. 19300 Germantown RD Germantown, MD 20871 800-426-8157 3. Description of Services or Supplies: a. The total estimated dollar value of the proposed action is: $330,183.00 Base Year: $110,061.00, Option Year 1: $110,061.00, Option Year 2: $110,061.00 b. The Defense Forensic Science Center (DFSC) requires the sole source purchase of the Qiagen Master Service Agreement to perform annual preventative maintenance and service repair Agreement for EZ1 Advanced XL, QIACube, and QIAgility DNA extraction instruments. Services include preventative maintenance service, repairs, costs for any replacement parts and supplies, and technical support line. 4. Authority: 10 USC 2304, 41 U.S.C. 1901, FAR 13.5 (a)(2)-- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5. Reasons for Authority Cited: The Defense Forensic Science Center (DFSC) located at the Gillem Enclave in Georgia, provides forensic laboratory services to the Department of Defense investigative agencies and other Federal law enforcement agencies. The U.S. Army Criminal Investigation Laboratory (USACIL) DNA Branch and DOB Branch require the Qiagen Master Agreement to support forensic laboratory accreditation compliance of installed instruments and equipment. (ISO 17025 ANSI-ASQ National Accreditation Board). USACIL must also maintain compliance with the Federal Bureau of Investigation (FBI) Quality Assurance Standards. Standard 1O specifies equipment maintenance and calibration for critical instruments within the laboratory. The Qiagen instruments are considered a critical instrument according to standard 10.2.1.4. The QIAGEN instruments are used for extraction of DNA form questioned and known samples, automated PCR setup, normalization of DNA and RNA concentrations, liquid sample transfers from varied tube formats and for serial dilutions with variable dilution ratios. These instruments can be utilized in numerous processes utilized within the USACIL DNA Branch to include: quantification, amplification, and capillary electrophoresis.They contain proprietary technologies that allow users to fully automate several hundred protocols using QIAGEN consumable products. Utilization of these instruments reduces manual manipulations by the DNA examiner thereby decreasing the possible occurrences of sample handling errors or contamination. In addition as the examiner is not required to be present during the process, efficiency is increased and overall case turn-around­ time will be shortened. The accurate performance of these instruments is critical to the mission of the USACIL DNA Branch and the DDB Branch. Failure to perform repairs to manufacturer's specifications could result in sub-standard performance of the instrumentation resulting in inaccurate data. Inaccurate data could result in samples not being carried forward for further analysis. Qiagen is the sole provider of factory-trained service engineers who have exclusive access to the manufacturer's proprietary technical manuals, repair and maintenance procedures, and software application updates for this equipment. Qiagen maintains intellectual property rights to its software and service tools software. Qiagen does not authorize any third-party service provider in North America to perform maintenance and repair on Qiagen Instruments. Qiagen is the only source of replacement parts and manufacturer authorized service provider for Qiagen instruments. Qiagen is the only vendor capable of providing the necessary service inspections to maintain calibration and qualification services required for laboratory ISO·accreditation. The vendor supplied a proprietary letter. Impact. 1) Award of this contract to any third party vendor will result in repair technicians attempting services without accurate or complete technical manuals, maintenance procedures, and access to proprietary software application updates required for this maintaining and calibrating this equipment to manufacturer standards, as required by ISO standards. 2) Engineer services from third party vendors would require additional inspection and maintenance costs not expected to be recovered through competition in the event that an instrument should have to be serviced by Qiagen engineers in order to correct adeficiency 3) Failure to award this contract will result in failure to meet the standard 10.2.1 of the FBI Quality Assurance Standards which require that critical instruments are performance checked at least annually. Failure to meet this standard will negatively impact the USACIL maintaining status as an accredited laboratory. 6. Actions to Increase Competition: DFSC research scientists are continually researching sources of information and services to enable forensic examiners to conduct effective and reliable examinations. Market research consists of internet research, literature reviews, discussions with vendors, and other professional resources attending forensic science and technical conferences and industry events. If DFSC identifies a similar requirement, every effort will be made to compete it to the maximum extent possible. A sources Sought Notice was issued on 06 December 2017 with no responses received. To increase competition the MICC-Fort Gordon will continue to synopsize and conduct market research to ensure there are no other vendors that can provide the requirement. The Government will issue a sole source synopsis and address any responses accordingly. 7. Market Research: A Sources Sought Notice was issued on 06 December 2017. No responses were received. Extensive research was conducted (Internet searches, telephoniccommunications, forensic conference exhibits, electronic communications, and literature searches) to determinethe availability of manufacturer authorized warranty maintenance and repair programs for these instruments. No alternative vendor including from the GSA Schedule, or the open market is available to provide this service. No other company offers the sale of manufacturer certified warranty maintenance of the proprietary instruments produced by Qiagen. Only the Qiagen solution was found. The vendor has provided a sole source letter. These are the unique salient characteristics for onsite repair and maintenance of the following Qiagen instruments: • EZ1 Advanced - Serial #0906A0425, L125A0811, L125A0810, L144A1240, L144A1234, L144A1225, L125A0816, L144A1230, L144A1226, L144A1224, L144A1221,L122A0769, L125A0814, L109A0512, L116A0642. • QIACube - Serial # 12357, 11696, 5302, 13690, 13643. • QIAgility HEPA/ UV (incl.Laptop) - Serial # 3239, 3244, 3240, 3245, 3241, 3246, 4778. • Rotor-Gene Q 5plex HRM Platform - Serial# R0114108, R1113111. Qiagen Service Agreement #IIWE1711JT44: • Repair service delivery: onsite. • Service response time (repair): 48 hours/2 business days. • Periodic inspection/maintenance: yes, 1/agreement year. • Inspection/maintenance delivery: onsite. • Cost coverage for repair parts: yes, full coverage. • Cost coverage for labor:yes, full coverage. • Cost coverage for travel:yes, full coverage. • Replacement system (Loaner). provision: not applicable • Transportation cost coverage: not applicable. 8. Technical/ Requirements Certification: I certify that the supporting data under my cognizance, which is included in this abbreviated J&A is accurate and complete to the best ofmy knowledge and belief. Submitted By: Position Title (Division Chief or higher}: Email address: Signature: (please e-sign) Date: 13 December 17 9. Fair and Reasonable Cost Determination: As Contracting Officer, I hereby determine that the anticipated cost to the Government for this contract action will be fair and reasonable. Price reasonableness will be determined based on market research, negotiation, and comparison with the Government estimate. 10. Contracting Officer's Approval: I hereby certify that this justification is accurate and complete to the best of my knowledge and belief. Based on the foregoing, I approve this sole source justification subject to availability of funds, and provided that the services and supplies herein described have otherwise been authorized for acquisition. SIGNATURE: NAME: SUZANNE E. MATTINGLY TITLE: Contracting Officer DATE: _ Control# Gordon-2018-3_ 11. Review (over $150K): I have reviewed this justification and find it legally sufficient. Legal Counsel Signat Name Title:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49d6cf192c6d55f3ab0cf741e7227159)
- Place of Performance
- Address: DFSC, Forest Park, Georgia, United States
- Record
- SN04804655-W 20180201/180130231624-49d6cf192c6d55f3ab0cf741e7227159 (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 |