Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SPECIAL NOTICE

65 -- Intent to Award 9-Plex Custom Chemiluminescent Cytokine Array Kits

Notice Date
7/18/2012
 
Notice Type
Special Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, USDA APHIS, 1920 DAYTON AVE, AMES, Iowa, 50010, United States
 
ZIP Code
50010
 
Solicitation Number
AG-6197-S-12-SB14
 
Archive Date
8/12/2012
 
Point of Contact
Stacie L. Black, Phone: 5153377243
 
E-Mail Address
stacie.black@ars.usda.gov
(stacie.black@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Intent. The Agriculture Research Service (ARS) of the United States Department of Agriculture intends to issue an award to Aushon Biosystems, 43 Manning Road, Billerica, MA 01821. This is a sole source procurement pursuant to the authority of FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. This is a requirement of the National Animal Disease Center (NADC), USDA at Ames, IA for 9-plex custom chemiluminescent cytokine array kits. The kits are only available through Aushon Biosystems. No telephone inquiries will be accepted. Interested parties should submit written (mail or email) responses including prices and technical data sufficient to determine capability to meet the entire requirement and must be received in this office within 10 calendar days after publication of this notice. It should be noted that no contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source more advantageous to the Government is available. If no affirmative written responses are received, negotiations will be held with Aushon Biosystems without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act of 1994, Simplified Acquisition Procedures. SOLE SOURCE JUSTIFICATION: Upon the basis of the following justification, I, as a Contracting Officer, hereby approve the use of other than full and open competition for the proposed contractual action pursuant to the authority of 10 U.S. C.2304(c)(1), FAR Subpart 6.302-1(a)(2)(iii), Only one responsible source and no other supplies or services will satisfy agency requirements. JUSTIFICATION: 1. Agency and Contracting Activity (FAR 6.303-2(b)(1)). a. USDA, AGRICULTURAL RESEARCH SERVICE, NATIONAL ANIMAL DISEASE CENTER, Ames, IA location. 2. Nature/Description of Action(s) (FAR 6.303-2(b)(2)). a. This contracting action is to obtain 9-plex custom chemiluminescent cytokine array kits specific for porcine and bovine analysis. 3. Description of Supplies/Services (FAR 6.303-2(b)(3)). a. 9-plex custom chemiluminescent cytokine array kits to measure porcine and bovine targets in a variety of biological samples using Aushon SignaturePLUS Imaging and Analysis System. Estimated value in excess of $25,000.00. 4. Identification of Statutory Authority (FAR 6.303-2(b)(4)). a. 10 U.S.C. 2304(c)(1), FAR Subpart 6.302-1. The supplies or services required by the agency are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. 5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(b)(5)). a. Only one responsible Source and No Other Supplies or Services will satisfy Agency Requirements (FAR 6.302-1(a)(2)) (1) FAR 6.302-1(a)(2) states, "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." (2) The named vendor is the sole manufacturer and distributor of the custom designed multiplex cytokine arrays that will be used with the Aushon multiplex cytokine analyzer. These plates allow for simultaneous detection and quantification of 9 cytokines. The use of a small sample volume per detection and quantitation of all 9 cytokines will allow extractions of a lower sample volume from the animals. These plates allow for the detection of products at the lower end of the detection curve and at a wider range and allows for direct comparison of results between experiments. Other multiplex cytokine technologies do not currently allow for the detection of porcine or bovine cytokines. 6. Federal Business Opportunities FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(b)(6). a. A Federal Business Opportunities Synopsis is published in an attempt to identify other possible vendors of the required consumable. b. 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. Determination of Fair and Reasonable Cost (FAR 6.303-2(b)(7). a. It is the Contracting Officer's determination that the anticipated cost to the Government will be fair and reasonable based on a comparison of previous purchases that have been found to be reasonable. 8. Description of Market Research (FAR 6.303-2(b)(8). a. Market research indicated that alternate sources were not available as other multiplex cytokine technologies do not currently allow for the detection of porcine or bovine cytokines. In addition, USDA/ARS is consistently surveying the market to identify potential sources. 9. Any Other Supporting Facts (FAR 6.303-2(b)(9). a. Due to the nature of the consumable needed to perform the research, at this time there is only one source available. 10. Listing of Interested Sources (FAR 6.303-2(b)(10). a. No other sources are available at this time. 11. Actions Taken to Remove Barriers to Competition (FAR 6.303-2(b)(11). a. Active vendor searches and surveys are completed in order to identify other potential sources that will meet research requirements. 12. Technical Requirements and Certifications; (FAR 6.303-1(a) and FAR 6.303-2(b) a. I certify that the facts and representations under my cognizance which are included in this justification and which from a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(a), 6.303-2(b)(12) I certify that this justification is accurate and complete to the best of my knowledge and belief. Name: Stacie L. Black Title: Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b742870e711deae4eaa456f8c0e5b74)
 
Place of Performance
Address: 1920 Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02807535-W 20120720/120719000002-2b742870e711deae4eaa456f8c0e5b74 (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.