Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

B -- Atmospheric Gas Analysis Services

Notice Date
6/8/2009
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Air Force, Air Force Space Command, VIRGINIA CONTRACTING ACTIVITY, 1030 S HIGHWAY A1A BLDG 989 MS-1000, Patrick AFB, Florida, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
FA252109R8003-1
 
Archive Date
7/9/2009
 
Point of Contact
Lois E Brockson, Phone: 321-494-6299, Susan Hanson, Phone: 321-494-1668
 
E-Mail Address
lois.brockson@patrick.af.mil, Susan.Hanson@patrick.af.mil
(lois.brockson@patrick.af.mil, Susan.Hanson@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 45th Contracting Squadron intends to negotiate a contract on a sole source basis with Linde, Inc., New Providence, NJ, for atmospheric gas analysis services. This sole source acquisition is justified under to 10 U.S.C. 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Evaluation of Linde's unique capability and acquisition history concluded that the highly specialized effort required is available from only one source. 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) possession of 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) 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; (c) possession of both a facilities clearance and storage capability of at least the SECRET level, and (d) ability to support secure communication capabilities at the SECRET level. A firm-fixed-price contract is contemplated with a one-year basic contract period and four 1-year options. The applicable North American Industry Classification System (NAICS) code and size standard are 541380/$12.0 million. No technical or solicitation documents exist at this time. Although the government has determined that Linde, Inc. is the only source capable of providing this requirement, interested firms who have not previously submitted capability statements in response to the sources sought synopsis published 02 Dec 08, may identify their capability to meet the above requirements. This notice of intent is not a request for competitive quotes; however, the government will consider any responses from capable sources received within 15 calendar days after date of publication of this synopsis. 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. This synopsis is not to be construed as a commitment by the government nor will the government pay for information solicited. The clause at Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101, Ombudsman, is applicable to this request. In accordance with AFFARS 5301.9103, the first sentence of clause 5352.201-9101 paragraph (c) is tailored to read: If resolution cannot be made by the contracting officer, concerned parties may contact the Air Force Space Command ombudsmen, [HQ AFSPC/A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, FAX 719-554-5299, a7k.wf@afspc.af.mil].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb989/FA252109R8003-1/listing.html)
 
Place of Performance
Address: 100 MOUNTAIN AVENUE, NEW PROVIDENCE, New Jersey, 07974, United States
Zip Code: 07974
 
Record
SN01839036-W 20090610/090608235331-eaa43a97af922cfa6f4f5c8dbe0f3d4c (fbodaily.com)
 
Source
FedBizOpps 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.