Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOURCES SOUGHT

66 -- Gas Chromatograph/Mass Spectrometer

Notice Date
3/26/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
F2DCBA5061A001
 
Archive Date
4/18/2015
 
Point of Contact
Bruce E. Weaver, Phone: 8017772807, Randall W. Tobler, Phone: 8015863335
 
E-Mail Address
bruce.weaver.2@us.af.mil, randall.tobler@us.af.mil
(bruce.weaver.2@us.af.mil, randall.tobler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Gas Chromatograph/Mass Spectrometer SOURCES SOUGHT SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government will not pay for the information requested herein. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. 1.1 PURPOSE: This Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334516 which has a corresponding Size standard of 500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. PROGRAM DETAILS: It is the intent of the Government to procure one gas chromatograph/mass spectrometer to conduct ageing and surveillance on large motors, small motors, and small explosive devices. System requirements and specifications are outlined below. System: •· 1 Year warranty on all electrical and mechanical parts •· 12 week delivery from date of order •· Cost to include shipping to Hill AFB, UT •· Include all COTS manuals Mass Spectrometer: •· User-selected temperature control up to 350 degrees Celsius in order to reduce contamination of the ion volume, repeller, and source block •· Electron energy adjustable from 0-150 eV allowing for production of higher mass ions for compounds that are easily fragmented •· Independent lens heater to prevent contamination of optics •· Integrated, dual filament assembly with regulation of emission current across the current range •· Detection system with off-axis dynode, discrete dynode electron multiplier, and electrometer, linear 0 to 68 µA. •· Mass range of 1.2 - 1100 m/z a.m.u. •· Scan rate of up to 13,000 u/sec within the entire available mass range •· SIM acquisition rate of 240 scans/sec •· Acquisition rate in full scan over 125 u of more than 70 scans/sec •· Automated leak check of the vacuum system •· Air-cooled with control and safety interlocks integrated into the system for the vacuum system Gas Chromatograph: •· Fast oven operating temperature range from ambient 3 to 450 degrees C and a maximum rate of 125 degrees C/min •· Cooling rate of 450 degrees C to 50 degrees C in less than 4 minutes •· Interface with local status update of the oven, injectors and detectors, maintenance commands, and run log •· GC should accommodate user-installable injector/detector modules. No special training, no dedicated tools, and no on-site service should be required to tailor the GC configuration to the workload or to run a specific method •· The injector modules should include: complete injector with integrated electronic gas control (IEC) featuring constant Flow and Pressure modes, programmable Flow and Pressure modes, Leak check and Column Evaluation •· Injector modules should have max T = 400 degrees C •· Injector modules should have split ratio up to 12500:1, control of split flow in 1 mL/min from 0 to 1250 mL/min •· Purge flow from 0 to 50 ml/min (electronic control) •· Suitable for capillary columns 50 µm to 530 µm id •· Large Volume splitless injection up to 50 uL using specific liners and pre-column 3. GOVERNMENT REQUEST: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Source Sought, please reply by 12:00 PM MDT, 3 April, 2015. CONTRACTOR CAPABILITY QUESTIONNAIRE Gas Chromatograph/Mass Spectrometer Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide your company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, it a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Part III. General Capability Questions : 1. Describe briefly the capabilities of your facility and the nature of the goods you provide. 2. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 3. Discuss any concerns you may have with our requirement or specification. Part IV. Commerciality Questions: 1. Do you consider the requirement to be commercial (see FAR 2 definitions)? Please provide supporting rationale (based on the FAR Part 2 definition). 2. Are there established catalog or market prices for our requirement? If you offer this product to both U.S. Government and commercial sources, is the same product used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods furnished to the Government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contract Specialist. Responses should be submitted by 12:00 PM MDT, 3 April, 2015. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: OO-ALC/PZIMA Mr. Bruce Weaver Contract Specialist 6038 Aspen Ave. Bldg. 1289 2nd Flr Phone: (801) 777-2807 Email: bruce.weaver.2@us.af.mil The information provided is for the Air Force's market research and is given understanding the AF has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate the AF to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2DCBA5061A001/listing.html)
 
Record
SN03679805-W 20150328/150326235009-6e8cd3a0072714c5b4edc961b85d9229 (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.