SPECIAL NOTICE
52 -- CHROM-LINK
- Notice Date
- 2/15/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- WX01450Y2018T
- Archive Date
- 3/17/2018
- Point of Contact
- James D. Suerdieck, Phone: 301-447-7244, Gary Patrick Topper, Phone: 301-447-7280
- E-Mail Address
-
james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov
(james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 13) with OI Analytical/CMS Field Products, as the only responsible source capable of providing CHROM-LINK Air Monitoring Data Acquisition and Control System to the Center for Domestic Preparedness (CDP), Anniston, AL. Specifically, the contractor shall provide eleven (11) CHROM-LINK Air Monitoring systems (P/N CHL-100) to CDP. OI Analytical/CMS Field Products is the sole U.S. distributor of the proprietary equipment and software comprising the subject requirement. An introduction of competing manufacturers' products is impractical and fiscally imprudent because of the Government's existing air monitoring configuration, protocols and standard operating procedures, all of which have been developed and implemented to support the Series 4000 MINICAMS within the CDP's COBRA Training Facility. The introduction of competing manufacturers' products would substantially increase the cost of this procurement and create an unacceptable risk to the Government and its toxic agent training program. The use of any other product would result in the substantial duplication of cost to the Government. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334516 with a Small Business Size Standard of 1000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same product. All capability statements received within 15 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to James Suerdieck at james.suerdieck@fema.dhs.gov. Statements are due by 4:00 PM Eastern, 02 MAR 2018. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/WX01450Y2018T/listing.html)
- Place of Performance
- Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
- Zip Code: 36205
- Zip Code: 36205
- Record
- SN04824910-W 20180217/180215231857-26e6690f4182c3a8951393d81573855f (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 |