Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SPECIAL NOTICE

T -- Sci-Print VX2 (model # 1044)

Notice Date
9/14/2018
 
Notice Type
Special Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, AAMD Procurement Branch, Marquette Plaza, 250 Marquette Ave, Suite 410, Minneapolis, Minnesota, 55401-2329, United States
 
ZIP Code
55401-2329
 
Solicitation Number
Req_931241
 
Archive Date
10/4/2018
 
Point of Contact
Latisha Hollman, Phone: 9198557003
 
E-Mail Address
latisha.a.hollman@aphis.usda.gov
(latisha.a.hollman@aphis.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), APHIS-Veterinary Services (APHIS-VS), Ames, IA, has a requirement for commercial service contract for the Sci-Print VX2 (model # 1044) for their facilities located at 1920 Dayton Avenue, Ames, IA 50010. This will be a firm fixed priced purchase order. Service to include any and all costs but not limited to: Overhead, general and administrative costs, profit, transportation, licensing and permitting costs. SOLE SOURCE JUSTIFICATION FOR ACQUISITIONS UNDER THE SIMPLIFIED ACQUISITION THRESHOLD 1. In accordance with Federal Acquisition Regulation 13.106-1(b)(1), I hereby determine that the Sci-Print VX2 listed on req 931241 is available from only one source, and competition is precluded for the reasons indicated below. There are no substitutes available. 2. This acquisition is restricted to the following source: Company: Scinomix Company Address: 4372 Green Ash Drive Company Point of Contact and Phone Number: Jason Lindsey 314-298-9800 x203 3. The Sci-Print VX2 is estimated to cost $83,000.00 and is required to be delivered by 31 Oct 2018 The Sci-Print VX2 (model # 1044) is a fully automated tube labeling system, capable of printing and applying labels to tubes ranging from 0.5 mL to 50 mL in size. The Sci-Print VX2 can be configured to sort racked tubes, receive bulk tubes, uncap/recap, fill and/or scan barcodes. Features •Throughput of 425 tubes/ hour •6-position work deck (accommodates up to 600 tubes) •Thermal transfer printer •Ability to handle honeycomb plates •Compatible with Matrix and Micronic 2D vials •Labels tubes and vials ranging from 0.5 mL to 50 mL •Options: Filling of aqueous solutions, uncapping and recapping of screw top lids, 2D barcode scanner used to read or validate Benefits •Increases productivity and efficiency in the lab •Provides valuable walk away time to attend to other important tasks in the lab •Consistency of label placement on each tube •Improves barcode scanning process •Can handle multiple tube types with same system •Eliminates human error that can occur from hand labeling •Reduces repetitive injuries from hand labeling 4. Specific characteristics of the Sci-Print VX2 that limit the availability to a sole source are we already have one of these pieces of equipment and all our protocols including our ISO 17043 accredited SOPs incorporate the use of the Sci-print VX2 for our labeling and filling procedures to create our proficiency panels. Only this suggested source can furnish the requirements, to the exclusion of other sources, because this piece of equipment is being purchased to increase the number of the currently available equipment to meet increased demand for PT panel production. Other similar pieces of equipment would produce different labels, not have the same capabilities and/or result in increased costs related to purchasing different accessories. The current Sci-print VX2 in use in our lab is fully integrated into our protocols and SOPs. The associated software is also fully approved for use with IT. 5. Check and fill in all that are applicable: 1 The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current equipment is Sci-Print VX, and the new item/service must coordinate, connect, or interface with the existing system by duplicating exactly what the previous system does. 0 A patent, copyright, proprietary data, or licensing agreement limits competition. The proprietary data are described as follows: <Insert description> 1 These are "direct replacement" parts/components for existing equipment. 0 Other information to support a sole-source buy: <Insert any additional information that supports this sole-source acquisition> CERTIFICATION I certify that statements checked and information provided above are complete and correct to the best of my knowledge. In accordance with FAR 13.106-1(b)(1). The facts of this acquisition preclude the use of full and open competition.. We are seeking interested sources from small business concerns that have the capability of providing the needs assessment services. The estimated magnitude of this project is under $83,000.00. The North American Industry Classification System (NAICS) code is 562119 with a small business size standard of $38.5M. This is not a request for proposals, but instead market research to determine interested small business concerns prior to issuing a solicitation. A determination by the Government on the method to compete this requirement has not been established. The Government will not award a contract based on this Sources Sought Notice or the information received, nor will it reimburse participants for the information they provide. If you are an interested small-business concern, please provide the following information: 1) Small business name, point of contact and phone number; 2) DUNS number and CAGE code; 3) Evidence of small business concern status; and 4). A brief Statement of Capability (no more than three pages) which demonstrates the ability to meet the specialized work requirements above. Include any past performance information on contracts of similar size and scope, and indicate the degree of work self-performed. Also include past performance references with names and phone numbers. Electronic responses are preferred. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government. Responses are due no later than 2 p.m., Central Standard Time, on Wednesday September 19, 2018, via e-mail to Latisha.A.Hollman@aphis.usda.gov Phone calls are not accepted. Primary Point of Contact.: Latisha Hollman latisha.a.hollman@aphis.usda.gov Phone: 9198557003 Contracting Office Address: Marquette Plaza 250 Marquette Ave, Suite 410 Minneapolis, Minnesota 55401-2329 United States Place of Contract Performance: Safety Occupational Health Specialist USDA APHIS 1920 North Dayton Ave Ames, Iowa 50010 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/Req_931241/listing.html)
 
Place of Performance
Address: Safety Occupational Health Specialist, USDA APHIS, 1920 North Dayton Ave, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN05089957-W 20180916/180914230903-82b68e9315ec924fe37b2f9a0b0bf248 (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.