Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2021 SAM #7016
SOURCES SOUGHT

66 -- Titrator Excellence T9 with InMotion Pro Autosampler

Notice Date
2/11/2021 3:52:56 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
BEP OFFICE OF ACQUISITION WASHINGTON DC 20228 USA
 
ZIP Code
20228
 
Solicitation Number
2031ZA21N00021
 
Response Due
2/25/2021 11:00:00 AM
 
Archive Date
03/12/2021
 
Point of Contact
Michael Johnson, wesley rankins
 
E-Mail Address
Michael.johnson@bep.gov, wesley.rankins@bep.gov
(Michael.johnson@bep.gov, wesley.rankins@bep.gov)
 
Description
REQUEST FOR INFORMATION 2031ZA21N00021 Titrator Excellence T9 with InMotion Pro Autosampler This IS NOT a request for bids, quotes, or proposal. This is a sources sought announcement only. The purpose of this notice is to conduct market research and obtain information from qualified sources. No award may be issued from this Request for Information Notice. Interested parties of any size may submit a response to this notice. Description: The Bureau of Engraving and Printing (BEP) is a component of the Department of the Treasury that designs, engraves, and prints U.S. banknote currency and other U.S. security products. Banknote currency manufacturing occurs at BEP�s Washington, DC Currency Facility (DCF) located in Washington, DC and Western Currency Facility (WCF) located in Fort Worth, TX. BEP�s primary customer is the Federal Reserve Board (FRB). The U.S. Department of the Treasury, Bureau of Engraving and Printing (BEP) is interested in identifying contracting entities that can provide, for purchase, one (1) new Titrator Excellence T9 with an InMotion Pro Autosampler�(Brand Name or Equal)�for the BEP Office of Quality Operations (OQO) Washington, D.C. The titrator will be used to chemically analyze materials used in currency manufacturing. The Titrator Excellence T9 with an InMotion Pro Autosampler must meet or exceeds the specified requirements to include preventative and corrective (emergency) maintenance warranty for a two (2) year period of performance, and no Option Periods. The contractor shall provide all parts, materials, equipment, tools, and supplies necessary to supply, deliver and install the plate shuttle(s) as well as provide both corrective and preventative maintenance. See attached Statement of Work (SOW) for details. Note: No attachments listed in the SOW will be provided at this time. Vendors are requested to provide brochures, literature and/or information on their equipment that may meet the BEP�s need. Vendors are further requested to provide the following information: Equipment specifications, functions, capabilities, and system options. Within the attached SOW, is there any information that is not clear, or could otherwise be improved upon in order to meet the needs of the BEP? Typical delivery/installation time frame Typical maintenance requirements, including Preventative Maintenance Rough-Order-Magnitude (ROM) Cost estimate (for budgetary purposes only) Equipment origin or place of manufacture. Location(s) of Factory Inspection Testing for the systems Company name, address, phone number, primary contact(s), email address, ALL applicable NAICS code(s), business size (i.e., small/large), company's socioeconomics (i.e., woman-owned, Service Disabled Veteran Owned, HUBZone, 8(a), etc. and DUNS Number. If claiming SDVOSB and VOSB, please provide VetBiz certification. GSA Schedule Number Responses shall be emailed to Mr. Michael Johnson and�Mr. Wesley Rankins, addressing the questions above by email to michael.johnson@bep.gov and Wesley.Rankins@bep.gov , no later than 02:00 PM Eastern Time, February 25, 2021.� No phone calls will be accepted.� AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF A SOLICITATION). A FUTURE NOTICE MAY BE POSTED IF A SOLICITATION IS RELEASED. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any interested party responding to this notice should ensure that its response is complete and sufficiently detailed. Interested parties are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback with respect to any information submitted. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51fdd528797340968144a96da7f7ff14/view)
 
Place of Performance
Address: Washington, DC 20228, USA
Zip Code: 20228
Country: USA
 
Record
SN05915386-F 20210213/210211230114 (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 |
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.