Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2003 FBO #0703
SOURCES SOUGHT

B -- Atmospheric Gas Analysis Services

Notice Date
10/29/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
Reference-Number-FA2521-04-RPP
 
Archive Date
12/15/2003
 
Point of Contact
Lois Brockson, Contract Specialist, Phone 321-494-6299, Fax 321-494-5403,
 
E-Mail Address
lois.brockson@patrick.af.mil
 
Description
The 45 Space Wing issues this sources sought synopsis for information and planning purposes in support of the possible acquisition of atmospheric gas analysis services. This synopsis is not to be construed as a commitment by the government nor will the government pay for information solicited. The services to be acquired are primarily concerned with the processing separation and radioassay of atmospheric gas samples for elemental determination of sample components for the purpose of nuclear test ban treaty verification. Definition of some terms: bottle = 900cc steel container filled with whole air constituents requiring processing for analysis; sample = physical object requiring processing to isolate selected atmospheric radioactive effluent gasses of interest for analysis. Gas analysis requires the ability to: (a) be proficient with various radioactive gas counting techniques; (b) determine, prior to separation, the percent of oxygen and nitrogen and the volume (in cubic centimeters) of other selected effluent gases within sample bottles; (c) separate selected radioactive effluent gases, as required, from cryogenic arid whole air samples; (d) radioassay separated samples; and (e) maintain capability to process and analyze samples from surge of additional collections, as required. Requests for these analyses may occur with little notice and may require 8 hour to 24-hour analysis capability. Other requirements include: (a) In the event the government elects to procure atmospheric gas analysis services, prospective sources must possess, or show the capability to obtain, a US Nuclear Regulatory Commission (NRC) Radioactive Materials License (or an agreement state license/permit, as applicable for the facility where work will he performed), prior to performance start; (b) Offerors shall be responsible for providing a suitable site for performance of the contract requirements. Unique analysis equipment essential to the mission will be provided, with ownership retained by the government. Due to the potential of contaminating mission samples, analysis equipment, and areas of any facility used for gas analysis services, shall not be used for activities other than government work without the expressed written permission of the government program office and shall be isolated from other facilities doing nuclear work; and (c) Prospective sources would be required to have DOD security clearances of at least the SECRET NO FOREIGN level. A firm-fixed-price contract is contemplated with a one-year basic contract period and four 1-year options. Participation in this potential effort would require both a facilities clearance and storage capability of at least the SECRET NO FOREIGN level. Prospective sources would be required to support secure communication capabilities at the SECRET NO FOREIGN level. The applicable North American Industry Classification System (NAICS) code and size standard are 541380/$6.0 million. No technical or solicitation documents exist at this time. Interested offerors having the required specialized capabilities to meet the above requirements should submit a capability statement of 10 pages or less indicating their ability to perform all aspects of the effort described herein. Firms must respond electronically to Ms Lois Brockson at lois.brockson@patrick.af.mil within 30 days from the date of publication. NO PHONE CALLS WILL BE ACCEPTED. Firms responding must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, or a large business based on the size standard above. The government reserves the right to set this acquisition aside for any of the above type organizations based on the responses received.
 
Record
SN00461497-W 20031031/031029213248 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.