Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2021 SAM #6978
SPECIAL NOTICE

65 -- Notice of Intent to Award Sole Source - Immunohistochemistry Stain Instrument and Detection Kits

Notice Date
1/4/2021 10:27:43 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA8601-21-Q-0034
 
Response Due
1/11/2021 8:59:00 PM
 
Archive Date
01/26/2021
 
Point of Contact
Jessica Dunkin, Phone: 937-522-4527, Shannon Scott, Phone: 9375224632
 
E-Mail Address
jessica.dunkin@us.af.mil, shannon.scott.4@us.af.mil
(jessica.dunkin@us.af.mil, shannon.scott.4@us.af.mil)
 
Description
Notice Type: Special Notice Notice of Proposed Contract Action: This is a Sole Source Synopsis published for informational purposes only. This proposed action is for a fully automated, walk-away, fully integrated, IHC system that is fully automated, capable of bake, dewax, walk-away, fully integrated and random access, capable of a throughput minimum of 90 tests per day (To include reagents, supplies, installation, training and maintenance services) for the Wright Patterson Air Force Base 88th Medical Group Laboratory Flight. See Attachment 1, Statement of Work (SOW). The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106 -1(b)(1), �Contracting officers may solicit from only one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available�. The contracting officer has determined that only one source is reasonably available: Leica Biosystems (Division of Leica Microsystems). This proposed procurement will be Sole Source under North American Industry Classification Code (NAICS) 334516 Analytical Laboratory Instrument Manufacturing. Business size standard for NAICS 334516 is 1,000 employees. PSC/FSC code: 6515: Medical and Surgical Instruments, Equipment and Supplies. The proposed source is Leica Biosystems, located at 1700 Leider Lane, Buffalo Grove, IL 60089. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, quotation, or exception to the intent to purchase on a sole source basis, which shall be considered by the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: The Government requires a fully automated, walk-away, fully integrated, IHC system that is fully automated, capable of bake, dewax, walk-away, fully integrated and random access, capable of a throughput minimum of 90 tests per day (To include reagents, supplies, installation, training and maintenance services). The Leica Bond Max system is the only known product that can meet the requirements that is currently able to fit in the laboratory location. Please see Attachment 2, Sole Source Justification, for more complete details. Delivery Schedule: Vendor will deliver reagents to the Customer locations FOB destination and will include any applicable delivery charges to the invoice. Delivery schedules will be determined at the time of order. Delivery Destination: 4881 Sugar Maple Drive ������������������������������� ���� �����Bldg. 830, Area A ������������������������������� ��������� WPAFB OH 45433-5529 Delivery Type: FOB Destination (As defined in FAR 2.101 � Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.). Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any information should be emailed to both shannon.scott.4@us.af.mil and jessica.dunkin@us.af.mil. Only inquires/information received through email by this date will be considered. Be advised all correspondence sent via email shall contain a subject line that reads �IHC System�. Note that email filters at Wright-Patterson AFB are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson Air Force Base. If sending attachments with email, ensure only .PDF, .doc, or .xls documents are sent. The email filters may delete any other form of attachments. Attachments: 1. Statement of Work (SOW) 2. Sole Source Justification (SSJ) Redacted
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b4c214894a324d7a94d30777ee58b7a3/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN05883950-F 20210106/210104230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.