Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
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
 
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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.