Federal Bid

Last Updated on 03 May 2011 at 8 AM
Combined Synopsis/Solicitation
Dayton Ohio

Renderer Reactivation Services

Solicitation ID AG-5114-S-11-BB04
Posted Date 07 Apr 2011 at 5 PM
Archive Date 03 May 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usda Ars Mwa Aao Acq/Per Prop
Agency Department Of Agriculture
Location Dayton Ohio United states
This notice is a combined synopsis/solicitation, Notice of Intent. The Midwest Area for the Agricultural Research Service of the United States Department of Agriculture intends to issue an award to ANCO-EAGLIN, INC. 120 N Chimney Rock Rd., Greensboro, NC 27409. This is a sole-source procurement under 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), MWA, ARS, USDA at Ames, IA is for comprehensive reactivation services of Custom installed USDA NCAH Renderers. The scope of work for the Contractor to provide is maintenance services and repair items to the systems component parts. Verify proper physical operation of the control devices and metering systems for the Charge Lid, Drive Train and Thermal systems. Contractor shall perform loaded operational runs for each renderer. Personnel training for Government representatives and a working reference manual for the system shall be developed. 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 ANCO-EAGLIN, INC. without further notice. This acquisition is being conducted under the Federal Acquisition Streamlining Act, Simplified Acquisition Procedures.

SOLE SOURCE JUSTIFICATION:

Upon the basis of the following justification, I, as 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(a)(1)).
USDA, AGRICULTURAL RESEARCH SERVICE, Midwest Area, Procurement & Property Section
2. Nature/Description of Action(s) (FAR 6.303-2(a)(2)).
a. This contracting action is to obtain comprehensive reactivation services to facilitate the reactivation process and coordinate the inter-subsystem activities controlled by a custom computer control program.
3. Description of Supplies/Services (FAR 6.303-2(a)(3)).
Work to follow the scope of work detailed above.
4. Identification of Statutory Authority (FAR 6.303-2(a)(4)).
10 U.S.C. 2304 (c)(1), FAR Subpart 6.302-1. The services required by the agency are available from only one responsible source and no other type of services will satisfy the Agency requirements.
5. Demonstration of Contractor's Unique Qualifications (FAR 6.303-2(a)(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 custom manufacturer and installer of the renderers. Anco-Eaglin adapted their proprietary programming to meet the special needs of the NCAH program.
6. Federal Business Opportunities - FedBizOpps.gov (FBO) Announcement/Potential Sources (FAR 6.303-2(a)(6).
As per the terms of this announcement as this is the first and (anticipated) only need for this service
7. Determination of Fair and Reasonable Cost (FAR 6.303-2(a)(7).
Location Engineering Staff did a thorough review of the work elements and a subsequent price analysis determined the price to be fair and reasonable.
8. Description of Market Research (FAR6.303-2 (a)(8).
USDA/ARS is constantly surveying the market and from this experience knows that the service is proprietary and only available from the vendor identified.
9. Any Other Supporting Facts (FAR 6.303-2(a)(9))
Due to the nature of the work needed, at this time there is only one source available. Anco-Eaglin uniquely possesses the necessary skills, equipment, experience and historical background of these units to provide the products and services to accomplish this Project.
10. Listing of Interested Sources (FAR 6.303-2(a)(10).
No other sources are available at this time.
11. Actions Taken to Remove Barriers to Competition (FAR 6.303(a)(11)).
Vendor surveys are done from time to time to see if other existing items can meet the research requirements
12. Technical Requirements and Certifications; (FAR 6.303-1(b) and FAR 6.303-2(b)
I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate.

CONTRACTING OFFICER CERTIFICATION: (FAR 6.303-1(A), 6.303-2(A)(12)
I certify that this justification is accurate and complete to the best of my knowledge and belief.
//s//
Name: Mark O. Volk
Title: Contract Specialist

Bid Protests Not Available

Similar Past Bids

Location Unknown 13 Nov 2024 at 5 AM
Location Unknown 30 Jul 2024 at 4 AM
Ames Iowa 02 Dec 2022 at 10 PM
Location Unknown 18 Jun 2012 at 11 PM
Location Unknown 30 Apr 2012 at 10 PM

Similar Opportunities

Washington District of columbia 12 Jul 2025 at 3 AM
Anchorage Alaska 21 Jul 2025 at 9 PM
Anchorage Alaska 20 Jul 2025 at 4 AM (estimated)