Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

99 -- MARKET SURVEY/REQUEST FOR INFORMATION: Liquid Chromatograph/Mass Spectrometers

Notice Date
4/25/2012
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-12-M-03072
 
Response Due
5/9/2012
 
Archive Date
5/24/2012
 
Point of Contact
Jason Mclaughlin, 405-954-7736
 
E-Mail Address
jason.mclaughlin@faa.gov
(jason.mclaughlin@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET SURVEY/REQUEST FOR INFORMATIONTITLE: Liquid Chromatograph/Tandem Mass SpectrometerLiquid Chromatograph/Time of Flight Mass SpectrometerPURPOSE:The Federal Aviation Administration (FAA), Civil Aerospace Medical Institute (CAMI), Forensic Toxicology Lab is seeking interested sources that are capable of providing two Liquid Chromatograph/Mass Spectrometers. This market survey is for vendors to provide information to CAMI to determine what available options are in the market place suitable to meet the needs of the organization. In order to maintain current and future requirements of the FAA Toxicology Laboratory, vendors should propose their most technically advanced; state of the art, equipment when responding to this market survey. Vendors should provide a Rough Order of Magnitude (ROM) cost estimate, for planning purposes only, for each system with installation in the current laboratory. Please see the attached Description of Supplies/Services document for additional information and preliminary requirements. The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this market survey/RFI. Any information provided under this market survey is for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational sessions is not a promise of future business with the FAA. All responses (one response per company) are to be provided on company letterhead and include a brief synopsis (20 pages or less) describing the proposed solution and cost estimate for planning purposes. Vendors should identify the equipment as well as any other effort or unique requirements that may be needed in order to implement their proposed solution. Please provide information regarding your firm's services and size and types of similar services/equipment provided by previous contracts. Please provide information regarding your available acquisition sources for this requirement. Please indicate if your company currently offers these products through a General Services Administration (GSA) Federal Supply Schedule (FSS) or Multiple Award Schedule (MAS) or other contractual vehicle. Responses must be received on no later than 3:00 P.M., Central Time on 09 May, 2012. Market survey responses received after the time and date specified will be determined to be late and may not be considered. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: Jason.mclaughlin@faa.gov CC: Roxane.Ritter@faa.gov If email is your method of submission, please include "MARKET SURVEY RESPONSE: DTFAAC-12-M-03072" in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted. If you cannot respond electronically, please send at least two copies by the indicated deadline to: Mail: Federal Aviation Administration Mike Monroney Aeronautical Center Attn: Jason Mclaughlin, AMQ-310 MPB Room 313 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-9468 Attn: Jason McLaughlin At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service-disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) program. Interested firms are required to submit the attached Business declaration form and a copy of their SBA 8(a) certification letter, if applicable. The market survey responses will provide information for the FAA to consider in choosing its procurement method. The NAICS code for this effort is 334516 "Analytical Laboratory Instrument Manufacturing" with the size standard of 500 Employees. Questions and Comments:Then Government welcomes questions regarding this market survey/RFI. Questions and comments will be accepted by the points of contact identified herein via email until 02 May 2012; no other form of questions or comments will be accepted. If determined relevant to the preparation of industry responses to this market survey/RFI, questions and comments may be publicly posted to the FAA's contracting opportunities website. Respondents are encouraged to review the attached documents and provide comments. If you are viewing this announcement through Fed Biz Ops (www.fbo.gov) the attachments may not be available/viewable to you. If so, please proceed to the FAA's Contract Opportunities Website at faaco.faa.gov to obtain the attachments. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-12-M-03072/listing.html)
 
Record
SN02731342-W 20120427/120426000122-e55820f6d67e2e966d8bc32b1a6b2594 (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.