Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

66 -- Automated Robotic Vapor Adsorption Test (ARVAT)

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W912CG) Natick Installation, BLDG 1 KANSAS STREET, Natick, Massachusetts, 01760-0000, United States
 
ZIP Code
01760-0000
 
Solicitation Number
W56YHX-16-X-WD03
 
Archive Date
7/18/2016
 
Point of Contact
Darlene L. Rideout, Phone: 5082334112
 
E-Mail Address
darlene.l.rideout.civ@mail.mil
(darlene.l.rideout.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: ONLY CHANGE MADE BY THIS AMENDMENT IS THE DATE AND TIME FOR RECEIPT OF INFORMATION. DATE CHANGED FROM 8 JUL 2016 TO 15 JULY 2016. The US Army Natick Soldier, Research, Development, and Engineering Center (NSRDEC) is gathering information to replace/upgrade its Automated Robotic Vapor Adsorption Test (ARVAT). The ARVAT challenges carbon-loaded materials with a vapor stream of chemical warfare agent simulant to determine their ability to adsorb it. Currently, the ARVAT uses a simple, one-armed, rotary robot with a two-fingered grip to grab the ringed sample holder (metal disk), dry the sample, put it into the sample cell, close the cell, turn on/off vapor challenge stream, open the cell, return the disk, and repeat. The apparatus is arranged in a rotary formation, where the robot spins around its axis to each station and moves up/down and in/out as necessary. The system is more than 20 years old and runs on equipment that is no longer supported by the manufacturer. NSRDEC would like to receive options for replacing and/or upgrading the system, including the software for the automation. The results of this market research will be used to determine the method of procurement. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGHATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the ARVA. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to James Varnum, in either Microsoft Word or Portable Document Format (PDF), via email james.t.varnum.civ@mail.mil no later than 12:00 p.m (EST) on 15 July 2016 and reference this synopsis number in the subject line of e-mail and on all enclosed documents. All information provided in response to this Request for Information, must be marked accordingly if it is proprietary information. Responses to this Request for Information are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted will not be returned, and no payment will be made by the government for such information. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential to provide the required product, please provide the following information: 1)Organization name, Address, Primary Points of Contact (POCs) email, FAX#, Website Address, Telephone Number, and Type of Ownership for the Organization. 2)Product Information Addressing the Requirements of the notice. 3)Name of company and point of contact, telephone number, address and email of POC, business size (i.e. large business, small business, SBA certified HUBZone Business, Economically Disadvantaged Small Business, Woman-Owned Business, Service-Disabled Veteran-Owned Small Business) and proposed NAICS code if different than.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e62d2cc5f88ce07890316eb8ad0c8c82)
 
Record
SN04170226-W 20160703/160701234441-e62d2cc5f88ce07890316eb8ad0c8c82 (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.