SPECIAL NOTICE
66 -- Equipment - Fume Hoods and Safety Cabinets - Ann Arbor
- Notice Date
- 7/9/2025 7:00:12 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0716
- Response Due
- 7/14/2025 9:00:00 AM
- Archive Date
- 07/29/2025
- Point of Contact
- LouAnn Gilliland, Contracting Officer, Phone: 937-268-6511 ext 2928
- E-Mail Address
-
louann.gilliland@va.gov
(louann.gilliland@va.gov)
- Awardee
- null
- Description
- Notice of Intent to Sole Source Requirement The Department of Veterans Affairs, VA Healthcare System, VISN 10 Contracting Activity intends to negotiate a sole source contract under Simplified Acquisition Procedures and the authority of FAR Part FAR 13.106-1, Only One Responsible Source for the following items listed below. The associated NAICS code for this equipment is 334516. The vendor, Farnell Equipment Company, is a small business, located at 2950 Todd Street, Troy, MI 48099. Description of equipment requirements: NuAire LabGard NU-560-600 Class II, B2 Biosafety Cabinet Includes Motorized Adjustable Base, Flex Duct Kit, Manual Air-Tight Damper (Quantity of 2) 60Wx24D Venturi V05 Fume Hood Assemblies by Kewaunee Scientific includes Superstructure with Venturi Ports, Dished Black KemResin Worktop, Belt Driven Sash and Pully System, LED Lighting (adjustable 3 color/15 intensity settings) Flush Airfoil, Variable Air Flow, Notched Cord Ports, (2) GFCI, (1) AIR (1) NIT Electromechanical Sash Stop, Flammable Cabinet, Acid Cabinet, Ceiling Enc. (Quantity of 6) A firm fixed price contract is anticipated and shall be awarded. It is the Government's belief that only the proposed candidate possesses the required capabilities to successfully meet this requirement. It is the Government's intention to solicit and negotiate with only this source. This is not a Request for Proposal; this is a Notice of Intent to Sole Source requirement. No responses will be accepted after NOON ET on Monday, July 14, 2025. DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C250-25-AP-4325 Contracting Activity: Department of Veterans Affairs, VISN 10, Kettering VA Medical Center, Contracting Office is seeking to procure 6 (six) Venturi V05 Fume Hood Assembly and 2 (two) NuAire LabGards NU-560-600, for the Ann Arbor VAMC Laboratory Service, Ann Arbor, MI, 48105. 2237# 506-25-3-118-0228 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: Quantity of 2 - NuAire LabGard NU-560-600 Class II, B2 Biosafety Cabinet Includes Motorized Adjustable Base, Flex Duct Kit, Manual Air-Tight Damper Class II Type A2 biological safety cabinets are required to protect laboratory workers and the environment from exposure to infectious agents and biohazards. These cabinets must meet or exceed biosafety standards necessary for medical research laboratories. Quantity of 6 - 60Wx24D Venturi V05 Fume Hood Assemblies by Kewaunee Scientific includes Superstructure with Venturi Ports, Dished Black KemResin Worktop, Belt Driven Sash and Pully System, LED Lighting (adjustable 3 color/15 intensity settings) Flush Airfoil, Variable Air Flow, Notched Cord Ports, (2) GFCI, (1) AIR (1) NIT Electromechanical Sash Stop, Flammable Cabinet, Acid Cabinet, and Ceiling. These hoods are essential for providing safe ventilation and containment for hazardous substances used in laboratory experiments. They must be compliant with the latest industry standards and fully integrated with the existing HVAC and electrical systems. Estimated Amount: Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The selected vendor, Farnell Equipment Co., is the only source capable of providing Venturi fume hoods and biological safety cabinets that are fully compatible with the existing infrastructure and specialized requirements of the LTC Charles S. Kettles VAMC. Their equipment is specifically designed to integrate seamlessly with the current laboratory systems, ensuring optimal performance and safety. Time Constraints: Given the renovation timeline and the critical need to activate the newly renovated labs, Farnell Equipment Co. is the sole provider that can deliver, install, and certify the required equipment within the stipulated 90- calendar-day period. Delays in securing and installing these units from another vendor could significantly impact the project s schedule and disrupt ongoing research activities. Regulatory Compliance: The selected equipment from Farnell Equipment Co. ensures full compliance with all federal, state, and local safety regulations, which is mandatory for the VAMC to continue its operations without interruption. Using a different vendor would require extensive validation and certification processes, which could jeopardize compliance and delay the activation of the renovated facilities. Description of market research conducted and results or statement why it was not conducted: VetCert was searched using NAICS Code 334516, which provided 234 potential vendors. In addition, eCMS, FPDS, DSBS, GSA, NAC, SAC, SAM Contract Opportunities, Google, and SCMC were also used in Market Research. Requested equipment was not found on contract, nor were any past procurements found for this exact equipment. However, a search on Google did provide the single distributor for the Kewaunee/NuAire (same company) equipment for Michigan, which is the Small Business, Farnell Equipment Company. Following the guidance of the NMR Decision Tree, an Intent to Sole Source to this company will be placed on Contract Opportunities, as both the SBA/VA Rules of Two cannot be met with this procurement. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. LOUANN Digitally signed by LOUANN GILLILAND GILLILAND Date: 2025.07.09 08:42:11 -04'00' LouAnn Gilliland Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7dd66d43ccc4bfda04929bb514e1f41/view)
- Record
- SN07502811-F 20250711/250709230047 (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 |