Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

66 -- APPI/APCI Interface Probe

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
1071608
 
Archive Date
4/29/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The Department of Health and Human Service (DHHS), Office of Acquisition and Grants Service (OAGS) is conducting a market survey to determine the availability and capability of qualified small businesses including certified 8(a), Small Disadvantaged, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing an APPI/APCI p/n 176001645 interface probe for use with an existing Xevo TQ Mass Spectrometer System p/n 176850022. Currently Xevo Mass Spectrometer is capable of only electrospray ionization and chemical hazards that are not ionized using electrspray and not detected by the Xevo instrument. Addition of the APPI/APCI interface probe to the Xevo instrument is required for atomospheric pressure photo ionization and atmospheric pressure chemical ionization capability for the detection and quantitation of wider range of chemical hazards in seafood, thus providing increased public health protection. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firm’s size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Due to time sensitivity, a copy of the capability statement must be received at the address identified in this synopsis no later than 7 days prior to close of business (5:00 P.M. EST at designated location) on April 14, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation. Contracting Office Address: Food and Drug Administration 60 8th St., NE Atlanta, GA 30309 Point of Contact(s): Thomas Dumas (404)253-1253, thomas.dumas@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1071608/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 1 Iberville Dr, Dauphin Islan528d, Alabama, 36, United States
 
Record
SN02115148-W 20100409/100407235121-2ff57d081ae7dead38cee2be9f2ca571 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.