SOURCES SOUGHT
66 -- USAFA Gas Chromatography�Mass Spectrometry System Sources Sought
- Notice Date
- 4/29/2025 1:20:24 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700025SSGCMS
- Response Due
- 5/7/2025 1:00:00 PM
- Archive Date
- 05/08/2025
- Point of Contact
- Katlyn Blacksten, Phone: 7193333142, April Delobel
- E-Mail Address
-
katlyn.blacksten@us.af.mil, april.delobel.1@us.af.mil
(katlyn.blacksten@us.af.mil, april.delobel.1@us.af.mil)
- Description
- This is a SOURCES SOUGHT (SS) for the upcoming USAFA Gas Chromatography�Mass Spectrometry (GC-MS) system acquisition. This SS is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for the information provided. A formal solicitation may be executed at a future date. Market research is being conducted on businesses capable for providing a Gas Chromatography�Mass Spectrometry (GC-MS) system for the United States Air Force Academy (USAFA)?Dean of Faculty Chemistry Department (DFCH). The North American Industry Classification System (NAICS) Code proposed is 334516. The size standard is 1000 employees.? The?Gas Chromatography�Mass Spectrometry (GC-MS) system must possess the following salient characteristics:? Gas Chromatograph Mass Spectrometer (GC-MS) must have a gas chromatograph oven capable of reaching 450C. Must have a GC with an injector port temperature able to reach 450C. Mass Spectrometer must have at a minimum a mass range of 1.5 to 1000 m/z Gas chromatograph must have split/splitless injection capability. Must include a vacuum pump Must include an autosampler with a minimum SO 1.5 ml vial sample tray. Mass Spectrometer must include a high-performance quadrupole mass filter. GCMS must be set up for hydrogen as the carrier gas. Must have a mass resolution of 2M at full width at half maximum. Must have a full scan and selective ion monitoring (SIM) modes Must include GC-MS software that works with Agilent Technologies software. 1-year warranty Must be new on-site training and installation; in-person application support. The ion source must be removable without removing the filaments or the lens. When running a batch or multiple samples, different methods can run within the batch. An Auto Sampler with slots between 15-24. Must have a Desktop PC, printer included, and instrument software. The contract type will be a firm-fixed price contract.??Delivery is FOB: Destination to USAF Academy, CO 80840. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers.? All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort.?Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm. Please note:? All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.?The website for registration is www.sam.gov.? Email your responses to Katlyn Blacksten, Contract Specialist, at katlyn.blacksten@us.af.mil AND April Delobel, Contracting Officer, at april.delobel.1@us.af.mil. Telephone responses will not be accepted.? RESPONSES ARE DUE NO LATER THAN: ?1400 MDT 07 May 2025? This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation (FAR), the Government is conducting market research to determine the availability and adequacy of potential business sources in providing the capabilities to meet the requirements of the Government. This Sources Sought does not constitute a solicitation for bids or quotations, and it is not to be construed as a commitment by the Government. All information submitted by respondents to this request is strictly voluntary. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/82ec4fcdfc0842939bc8119e04368200/view)
- Place of Performance
- Address: USAF Academy, CO, USA
- Country: USA
- Country: USA
- Record
- SN07425464-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |