Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOURCES SOUGHT

B -- NWQL Mass Spectrometers

Notice Date
10/30/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
G15PS00018
 
Archive Date
11/23/2014
 
Point of Contact
Yvette Sornberger, Phone: 3032369332, Kristen Hayden, Phone: 303-236-9336
 
E-Mail Address
ysornberger@usgs.gov, khayden@usgs.gov
(ysornberger@usgs.gov, khayden@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. NAICS code 334516. The U.S. Geological Survey, National Water Quality Laboratory (NWQL) in Denver, Colorado requires two bench-top inductively coupled plasma-mass spectrometers (ICPMS) with one autosampler for each to perform trace element analyses. One of these bench-top ICPMS systems has an additional requirement to have an integrated high-performance liquid chromatograph (HPLC) with separate autosampler if needed. These will be used to perform element analyses and elemental speciation analyses on environmental samples. The ICPMS systems and HPLC shall meet or exceed the minimum requirements and specifications outlined in this document. Both ICPMS systems shall have an argon plasma ionization source, a multi-cone interface, an off-axis quadrupole mass spectrometer, a chiller, and an autosampler with flow injection and automatic sample dilution capability. The HPLC system shall have a pump, vacuum degasser, mobile phase bottles, autosampler, and column compartment. A computer data system with full instrument control software shall be included with both ICPMS systems. An integrated software module to control the HPLC, acquire transient data from the ICPMS, and quantitate elemental species separated by the HPLC shall be included for one ICPMS system. The contractor shall also provide local operator training. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Responses to this announcement are requested from Small Businesses. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT November 8, 2014 at 3:00pm MST via e-mail to: ysornberger@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/G15PS00018/listing.html)
 
Place of Performance
Address: National Water Quality Lab, Lakewood, Colorado, 80225, United States
Zip Code: 80225
 
Record
SN03562425-W 20141101/141031000717-a373e2b4b59cfbd3805a37779fdefef2 (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.