SPECIAL NOTICE
99 -- Film Array Instrument - J&A
- Notice Date
- 8/30/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-18-Q-0030
- Archive Date
- 9/22/2018
- Point of Contact
- Sharon A. Gary, Phone: 4438614719
- E-Mail Address
-
sharon.a.gary.civ@mail.mil
(sharon.a.gary.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- justification for sole source This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT. The Army Contracting Command, Tenant Contracting Division, 6565 Surveillance Loop, Aberdeen Proving Ground, MD 21005-1846 intends to issue a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) soliciting from a single source. Only one source is capable of providing the supplies or services required to Bio Fir Defense, 79 West 4500 South, Suite 14 Lake City Utah 84107. NAICS Code is 334516, Business Size Standard Size is 1,000. The following items will be procured: Film Array 2.0 instrument, Qty 1 each; and Bio-threat training for 1-10 people on site for MEDCOM The U.S. Army Public Health Command requires the purchase of a Film Array 2.0 instrument. This item is mission critical to the Method Development Section and supports bio-surveillance objective. Bio Fire Defense is the sole source manufacturer and vendor for this instrument. The instrument holds U.S. and foreign patents and there are no authorized resellers. Please see the attachment labeled, "J&A" for further detail as to why this action is being negotiated solely with Bio Fire Defense, Cage Code: 08852. There are no solicitation documents; however, contractors interested in this requirement should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government's requirement. Vendors who are not registered in System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by going on via web to https://www.sam.gov. Any responses received without completing SAM registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Responses must be received no later than 10:00 a.m., Eastern Daylight Time, 7 September 2018. Responses should be submitted electronically to Sharon.a.gary.civ@mail.mil This notice of intent is not a request for competitive proposals; however, the government will consider all responses received by the response date stated above. A determination by the Government not to compete this acquisition based upon 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. TELEPHONE REQUEST WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae164e1c906f041c3696d14d98adf608)
- Place of Performance
- Address: 6565 Surveillance Loop, Building 6001, 2nd Floor, Room C2-101, Aberdeen Proving Ground, Maryland, United States
- Record
- SN05065958-W 20180901/180830232156-ae164e1c906f041c3696d14d98adf608 (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 |