Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SPECIAL NOTICE

J -- PANalytical One-Year Service Agreement

Notice Date
2/1/2012
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWL01353A001
 
Archive Date
2/21/2012
 
Point of Contact
Andrew R. Lawson, Phone: 3334504, Elizabeth Lawson, Phone: 719-333-3929
 
E-Mail Address
Andrew.Lawson.1@us.af.mil, elizabeth.lawson@us.af.mil
(Andrew.Lawson.1@us.af.mil, elizabeth.lawson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 10CONS/LGCB, Contracting Squadron, USAF Academy intends to award a sole source purchase order for a one-year service agreement on a X-PERT Pro MPD Diffractometer from PANalytical, Inc., 117 Flanders Road Suite 120, Westborough, MA 01581. This procurement is for the acquisition of a sole source commercial item using simplified acquisition procedures in accordance with FAR Part 12 and 13. The contract line items are as follows: 0001 One-Year service maintenance contract for the PANalytical model X-Pert PRO MPD Diffractometer instrument S/N DY2817. Requirements: 12 month service agreement. Service provider shall provide unlimited emergency visits for normal service problems, unlimited technical phone support, parts coverage as required for a PANalytical, Inc. model X-Pert PRO MPD Diffractometer, other associated components of the system, and perventative maintenance checks at regularly scheduled intervals (two per year) at no charge for all items of equipment which fail under normal usage and are reparable at customer's site with the exception of the items that may require factory attention. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-55, Effective 03 Jan 2012. The North American Industry Classification System Code [NAICS] is 811219 and the size standard is 500 employees. Sole Source Justification: The X-Pert PRO Diffractometer is a highly technical analytical instrument. PANalytical, Inc. manufactures and services this instrument. PANalytical, Inc. does not subcontract with any company to manufacture or service this instrument or any of the major components. Repair and maintenace of this instrument is a complex procedure that can only be performed by personnel specifically trained on the instrument. No other company is fully aware of the proprietary material, engineering designs and processes, which are emplloyed in the manufacture of this instrument. Training for the X-Pert PRO is only offered to PANalytical employees. All PANalytical field service engineers are factory-trained and only work on PANalytical equipment. PANalytical has no authorized service representative and due to the proprietary aspects no other company can perform service/repair on equipment. Delivery is to be made to the U.S. Air Force Academy CO 80840. This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME. Any offerors believing they can meet the governments requirements for this acquistion have the burden and responsibility to provide documentation that substantiates their services are equal to or better by demonstrating their service agreement, at a minimum, provides the same services as defined by the sole source provider. The offeror should provide an understandable comparison between the two services along with brochures, specifications, and any other useful information for government consideration. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal services exist based on responses to this notice is solely within the discretion of the Government. Responses must be received 1200 pm Mountain Standard Time, 6 Feb 2012 at 10 CONS/LGCB. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Questions should be addressed to the Primary POC Andrew Lawson, Contract Specialist, (719) 333-4504 or sent via e-mail to andrew.lawson.2@us.af.mil. Alternate POC is Elizabeth Lawson, Contracting Officer, (719) 333-3929, elizabeth.lawson.1@us.af.mil. 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Primary Point of Contact.: Andrew Lawson Secondary Point of Contact: Elizabeth Contracting Office Address: 8110 Industrial Drive, Suite 200 USAF Academy, Colorado 80840-2315 United States Place of Contract Performance: USAFA USAFA, Colorado 80840 United States Allow Vendors To Add/Remove From Interested Vendors: Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/F4BWL01353A001/listing.html)
 
Place of Performance
Address: USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02665500-W 20120203/120201234637-9e1b100f21ecb0866c4eb786ce2b5123 (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.