THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST OF COMPETITIVE PROPOSALS.
The U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the Defense Centers for Public Health- Aberdeen (DCPH-A), intends to award on a sole source basis, in accordance with FAR 13.106-1(b)(1), with AGS Scientific, Inc. (AGS) 2010 E. Villa Maria Road STE C, Bryan, Texas 77802 the only responsible source that can perform the maintenance and repair on Nippon Instruments models RA-4500 and RA-4501. This acquisition is being conducted under FAR Part 13 Simplified Acquisition Procedures. Provisions and clauses in effect through Federal Acquisition Circular 2023-06 are incorporated.
DCPH-A intends to procure a firm-fixed price, for a twelve-month base period and 4 twelve-month options periods for a total contract duration of sixty-months, for services to two currently utilized Nippon instruments. AGS will provide the following services:
- Unlimited technical/analytical phone support
- Annual preventative maintenance/recertification service
- Unlimited onsite repair services
- Applicable software upgrades
AGS Scientific is the proprietary service provider for AGS instruments. Since 2003 AGS Scientific, Inc. is the sole provider in North America of all products, customer support, and service contracts for all mercury analyzers manufactured by Nippon Instruments Corporation – Japan. There are no other affiliates in North America that have been given the authority to provide and/or support NIC’s products in this region.
FAR 13.104 states, "The contracting officer must promote competition to the maximum extent practicable to obtain supplies and services from the source whose offer is the most advantageous to the Government, considering the administrative cost of the purchase.” Based on the market research results, the Contracting Officer has determined that it is not practicable to obtain competition for this requirement. Savings typically associated with competition would not result in any value to the Government for this requirement because switching to any other system will result in significant additional expenses to the Government as well as a lengthy retesting period.
This announcement fulfills the synopsis requirements under FAR 5.203. This Notice of Intent is not a request for competitive proposals or quotes. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement is in the best interest of the Government.
Interested concerns must submit their capability statement in writing to the email address listed below by the listed due date and time. Submissions that request documentation or request additional information or that only ask questions will not be considered affirmative responses and will not be considered valid. Responses not considered valid will not be evaluated further.
If no written responses are received by the date listed below, which reflects at least 10 days after the publication of this notice, the contract will be issued as sole source.
All questions and responses concerning this notice shall be emailed to the Contract Specialist, Tiffany Heath, at tiffany.n.heath3.civ@health.mil.
Submissions shall be received no later than 10:00 AM EST, 20 March, 2025.