SPECIAL NOTICE
66 -- PURCHASE OF TWO ENVIRONMENT SAMPLE PROCESSORS (ESPs)
- Notice Date
- 2/15/2018
- Notice Type
- Special Notice
- 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
- NRMAF000-18-0046
- Archive Date
- 3/31/2018
- Point of Contact
- Kristin Gilliland, Phone: 816-426-7471, NICHOLAS J. DEGUIRE, Phone: 816-426-2367
- E-Mail Address
-
Kristin.Gilliland@noaa.gov, NICHOLAS.J.DEGUIRE@NOAA.GOV
(Kristin.Gilliland@noaa.gov, NICHOLAS.J.DEGUIRE@NOAA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) intends to solicit and award a sole source firm fixed price contract to McLane Research Laboratories, Inc. under the authority of FAR 13.501(a), 41 U.S.C. 1901. The delivery for these two units needs to be on or before August 31, 2018. Contract is for two Environmental Sampler Processors (ESPs) for Great Lakes Environmental Research Laboratory (GLERL). ESP core unit must be of dimensions approximately 82 cm in height and 56 cm in diameter. It must be able to operate in conditions ranging from at least 4 to 29 °C and be deployable sub-surface for up to three months. The unit must have the hardware and software capabilities to conduct sandwich hybridization assays (SHA) for genetic-based identification of organisms and CELISA for detection of microcystins and other algal biotoxins. The unit should be able to hold at least 132 ‘pucks' required for analyses (description of ‘pucks' is below). The ESP controller must have 10-16 V DC power. The instrument should be able to support and control an automated nutrient sensor as well as a standard Conductivity, Temperature, Depth (CTD). The unit must allow integration and control of secondary analytical modules for parallel processing. The unit must be able to acquire ambient whole water samples from a predetermined depth, process (i.e., concentrate, extract), and analyze those samples. Conduct of SHA and CELISA protocols on the ESP requires use of multiple filter-based media contained in specialized titanium discs or ‘pucks', that allow precise movement/positioning for sample collection, processing, and analysis. The unit must be fully compatible with external communications hardware (e.g., radio modem, cell phone modem, Satellite) and be capable of two-way information/data transfer for remote control of instrument operations, troubleshooting, and transmission of assay results from the sub-surface ESP to ship and/or shore. The Government intends to utilize the authority under the Federal Acquisition Regulation (FAR) 13, Simplified Acquisition Procedures were only one source will satisfy agency requirements, unless, as a result of this announcement, acceptable responses to this notice are received and a determination is made by the Government to issue a competitive solicitation. Interested firms shall submit in writing, their name, address, point of contact, telephone number, business size and a brief statement regarding their capability to provide the required service for this requirement and also any unique qualifications by 11:00 A.M. CDST March 5, 2018. In order to be considered, firms must submit pertinent and specific information to demonstrate their ability to perform this requirement. Although the Government intends to solicit and negotiate with the only known source, McLane Research Laboratories, Inc., all responses received prior to the close of this notice will be considered by the Government. This is not a request for quotes and there is no solicitation available at this time. The Government reserves the right either to solicit quotes based on the receipt of affirmative responses to this notice or to issue a contract to McLane Research Laboratories, 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. Offerors may send the above requested information to the following email address: Kristin.Gilliland@noaa.gov. The NAICS code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing. All responsible sources may submit a response which will be considered by the Agency. All contractors doing business with the Government 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/NRMAF000-18-0046/listing.html)
- Place of Performance
- Address: NOAA Great Lakes Environmental Research Laboratory, 4840 S. State Road, Ann Arbor, Michigan, 48108, United States
- Zip Code: 48108
- Record
- SN04824206-W 20180217/180215231327-34c7fe65e753a79042dc2d468e3f6918 (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 |