Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SPECIAL NOTICE

66 -- Carbon Nitrogen Macro Determinator

Notice Date
8/17/2010
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG349BS10AG86
 
Archive Date
9/10/2010
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service, in Kearneysville, WV intends to negotiate solely with Leco Corporation, Saint Joseph, MI under the authority of FAR 6.302-1, to provide one TruMac Carbon Nitrogen Macro Determinator, PC Operating System, Software, Site Installation and Training. Written substantive statements addressing each specific technical specification identified under Item 3 below, capabilities and prices sufficient to determine capability to meet the entire requirement must be submitted to the identified point of contact not later than the response date specified in this notice. No telephone inquires will be accepted. This is a notice of intent, not a request for proposal, and no contract will be awarded based on substantive statements received in response to this notice, but will be used to determine whether to conduct a competitive procurement. A determination by the Government not to compete this proposed requirement based on responses to this notice is solely within the discretion of the Government. Justification for other than full and open competition. 1. USDA, Agriculture Research Service, North Atlantic Area, Appalachian Fruit Research Station. 2. This action is to obtain one TruMac Carbon Nitrogen Macro Determinator with PC Operating System, Software, Site Installation and Training. 3. Specified Instrument must meet all of the following specifications: Capability to perform analysis of macro sample masses up to three grams, Utilize reusable crucibles capable of holding up to three grams of liquid or solid samples, Sample analysis time of less than five minutes, Automated removal of sample ash residues, Use of Dumas Method of combustion with nitrogen detection through use of a thermal conductivity cell, Minimum 50 sample autoloader. 4. 10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The supplies required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements. 5. The named vendor is the manufacturer of the required product, is the only responsible Source and no other supplies will satisfy Agency Requirements. Reference FAR 6.302-1(a)(2)) When the supplies or services required by the agency are available from only one responsible source, or for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. 6. A Federal Business Opportunities synopsis is published in an attempt to identify other possible vendors of the required equipment that can produce the same results. The USDA ARS does not anticipate other qualified sources; however, should any responses be received, they will be evaluated to determine if they can meet future needs of the Government. 7. Anticipated costs are expected to be fair and reasonable to the Government based on established catalog or market prices of commercial items sold in substantial quantities to the general public and when compared to similar items from other manufacturers'. 8. Market research was conducted appropriate to the circumstances of this requirement with no other sources being identified as capable of satisfying the agency's requirements. Supplies were deemed to be available only from one source. 9. Selected vendor is the manufacturer of the required system. Reference FAR 13.106(b)(1) - For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. 10. No other sources have been identified. 11. An announcement of intent is being posted in order to determine if another source is more advantageous to the Government. 12. Data and representations included in this justification and which form a basis for this justification are complete and accurate. 13. Technical Information and Supporting Technical Data that is the responsibility of the technical and requirements official and which form the basis for this justification are certified as complete and accurate. I certify that this justification is accurate and complete to the best of my knowledge. /s/ Timothy Smearman, Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS10AG86/listing.html)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02243844-W 20100819/100817235833-cb42d2a98afe589725e5e4efed52ed8b (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.