Notice of Intent to Sole Source: VSC-900 Two-Video Spectral Comparators
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Sep 14, 2023 10:32 am EDT
- Original Response Date: Sep 19, 2023 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Oct 04, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: JBPHH , HI 96853USA
Description
Notice of Intent to Sole Source: This is not a Request for Quote
The Washington Headquarters Service, Acquisition Directorate on behalf of the Defense Prisoner of War (POW)/Missing in Action (MIA) Accounting Agency (DPAA), intends to award a sole source, firm-fixed price Purchase Order (PO) to Foster & Freeman Forensic Science Innovation, 20145 Ashbrook Place #190, Ashburn, Virginia, 20147 (CAGE Code: 3H9H4, UEI: LC1TJNRE6KX7).
The North American Industry Classification System (NAICS) code is 334516 – Analytical Laboratory Instrument Manufacturing, with a size standard in number of employees of 1,000.
The Government requires two (2) VSC-900: Two-Video Spectral Comparators with external PC, XY stage and monitor. The VSC-900 is an upgrade to the currently-in-use Video Spectral Comparators at two laboratory facilities. Due to Foster & Freeman only providing this equipment and no other authorized resellers of the laboratory equipment expressively used by Defense Prisoner of War (POW)/Missing in Action (MIA) Accounting Agency (DPAA), WHS-AD has determined this procurement under the authority for non-competitive award and made pursuant to the Federal Acquisition Regulation (FAR) 13.106-1(b)– “Soliciting from a Single Source.
The Government intends to procure this sole source requirement under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS and a solicitation will not be issued. It is published for informational purposes only and not as a request for competitive quotations. Interested concerns must show clear and convincing evidence that competition of this requirement would be advantageous to the Government. Responses must be received by 12:00 PM Eastern Time, 19 September 2023 and emailed to jacob.r.lindell.civ@mail.mil. If no affirmative written responses are received by 12:00 PM Eastern Time, 19 September 2023, award will be made without further notice. Oral communications are not acceptable in response to this notice. A determination by the government not to compete this proposed requirement is solely within the discretion of the Government.
No solicitation document is available and telephone requests will not be honored. No purchase order will be awarded based on quotes received in response to this notice.
Submissions to any person other than the ones listed above will not be considered. Submissions after this date will not be considered. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. All firms responding to this Notice are advised the Government will not provide or acknowledge receipt of the information received, provide feedback to firms with respect to any information submitted, or provide any follow-up information.
Attachments/Links
Contact Information
Contracting Office Address
- ACQUISITION DIRECTORATE RPN STE 12063 1155 DEFENSE PENTAGON
- WASHINGTON , DC 203011000
- USA
Primary Point of Contact
- Jacob Lindell
- jacob.r.lindell.civ@mail.mil
- Phone Number (302) 750-0350
Secondary Point of Contact
- Kimberly DARBY
- kimberly.h.darby.civ@mail.mil
- Phone Number 7035453568
History
- Oct 04, 2023 11:55 pm EDTSpecial Notice (Original)