Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOURCES SOUGHT

66 -- Sources Sought- HazMat Elite AND TD100-XR Thermal Desporption Autosampler - Sources Sought

Notice Date
5/1/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700017T0063
 
Point of Contact
Kelly Reyes, Phone: 7193334986, Jerry B. Smith, Phone: 719338267
 
E-Mail Address
kelly.reyes.4@us.af.mil, jerry.smith.25@us.af.mil
(kelly.reyes.4@us.af.mil, jerry.smith.25@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please find attached This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for the upcoming acquisition for the 711 HPW, Wright-Patterson AFB. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotations. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 334516 and the size standard is 1,000 employees. The proposed contract is anticipated to be a purchase order. The sources sought is issued for determining if there are responsive business concerns capable of meeting the requirement. The purpose of this notice is to identify companies capable and qualified of providing the below requirements. 1. DESCRIPTION OF ITEMS : The United States Air Force Academy (USAFA) on behalf of the Air Force Medical Operations Agency (AFMOA) and Wright Patterson AFB, has specific requirements for the purchase of eight Brand Name or Equal HazMatID Elite Downrange Handheld FTIR, and two Markes International TD100-XR, or equal. Each requirement must meet the following salient characteristics: •a. HazMatID Elite Downrange 1 Package- DoD Green, or Equal Salient Characteristics: Handheld Fourier Transform Infrared Spectroscopy (FTIR) chemical identification system with spectral libraries containing explosives, chemical warfare agents, narcotics, Toxic Industrial Chemicals (TIC)s/Thermal Ionization Mass Spectrometry (TIMS), pesticides, common white powders, and many other chemical classes. The HazMatId Elite is MIL-STD-810G and IP-67 certified and withstands decontamination by immersion. Includes the single-diamond configuration with a horizontal Attenuated Total Reflection (ATR) interface and integrated pressure devise optimized for the analysis of solid materials plus a built in liquids well. b. Markes International TD100-XR Thermal Desorption Autosampler, or Equal Salient characteristics: •1. Should have a capacity for 100 tubes; 2. Must have a Peltier cooler focusing trap (allows temperature to be controlled in the lab environment for reproducibility of performance); 3. Sample flow path must be inert with no un-silanized steel components; 4. Must offer quantitative re-collection of outlet and inlet split flows for repeat analyses 5. MUST use industry standard tube size (3.5" x ¼" OD) 6. It is ideal that caps are not removed or piercing methods used, and that the tubes are held in a horizontal position to prevent shifting during shipment All items and components must be made and manufactured in accordance with DFARS 252-225-7001, Buy American Act and Balance of Payments Program. Interested firms must reference their 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned status and must be signed by a company official with authority to bind the company. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing the in vitro diagnostic (IVD), next-generation sequencer (NGS) are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Delivery is FOB Destination to Wright-Patterson AFB, 45433 Interested businesses shall provide the following information: •1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. •2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. •3. How many employees do you have? •4. Appropriate written information and/or data supporting your capability to perform the required effort, to include past performance. •5. Interested parties may also provide feedback concerning the following: a. Is this the appropriate NAICS code? If not, please identify which code is appropriate? b. Are you a manufacturer or reseller? c. What is your lead-time? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What would you consider "risk" on the contractor's part for this acquisition? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Do any of the salient characteristics limit competition? i. Are there any aspects of this requirement which are not consistent with current industry practices? j. Add any questions specific to the acquisition not included above. This notice is designed to locate responsible sources that have an interest, and have the ability to supply the items described herein. If your firm is capable and qualified to provide the Selected-ION Tube Spectrometer, send required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 9 May 2017, 10:00 a.m. MDT by e-mail. Questions and responses should be addressed to the primary contact, Kelly Reyes Contracting Specialist, 719-333-4986 or kelly.reyes.4@us.af.mil or the alternate point of contact, Jerry Smith, Contracting Officer, 719-333-8267 or jerry.smith.25@us.af.mil. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representation and Certification Application (ORCA) at http://orca.bpn.gov by time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700017T0063/listing.html)
 
Place of Performance
Address: 711 HPW, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04491214-W 20170503/170501234753-3eb1d302be913c8abe307c8cf4aaa50a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.