Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2022 SAM #7644
SOURCES SOUGHT

66 -- 66--PURCHASE OF A PHOSPHATE ANALYZER FOR THE USGS ILLINOIS WATER SCIENCE CENTER

Notice Date
11/2/2022 8:26:00 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0223Q0007
 
Response Due
11/7/2022 9:00:00 AM
 
Archive Date
12/23/2022
 
Point of Contact
Theeke, Cheryl, Phone: 303-236-9329
 
E-Mail Address
ctheeke@usgs.gov
(ctheeke@usgs.gov)
 
Description
This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334516 with a Small Business Size Standard of 1,000 for a requirement to purchase a Phosphate Analyzer. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Item Requirements: 1. Shall consist of a field-deployable instrument that is capable of analyzing orthophosphate concentration in environmental waters of the central U.S., and specifically in Midwestern streams and rivers that typically have elevated organic and inorganic turbidity and elevated phosphorus concentrations from point-and non-point source contributions. 2. Shall be capable of analysis of Phosphorus concentrations in the range of 0.025 � 2.0 mg/L P for orthophosphorus and 0.05 - 5.0 mg/L P for total phosphorus based upon a U.S. EPA-approved methodology. 3. Shall have a limit of detection of 0.04 mg/L. 4. Shall be capable of both orthophosphorus and total phosphorus measurements simultaneously. 5. Shall be capable of automatic calibration checks before each measurement. 6. Shall have a rotary valve capable of user replacement. 7. Shall be capable of operating from an external 12 VDC (nominal) power source. 8. Shall have a 0.45 �m filter for orthophosphorus and 200 �m filter for total phosphorus. 9. Shall be a cabinet style analyzer housing both orthophosphorus and total phosphorus equipment. 10. Shall have a persulfate sample digestion to determine total phosphorus concentration. 11. Shall have on board reagents capable of 1000 fully calibrated measurements. 12. Shall have a 7inch screen capable of real-time data processing and water2web data. 13. Shall have at least a 10-meter cable length for integration with continuous data loggers. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 334516 if their AVERAGE number of employees for the preceding three (3) years were less than or equal to 1,000. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including UEI NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar equipment to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a UEI number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT November 7, 2022 at 12:00PM EST via e-mail to: ctheeke@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5577ec3c05c941008d7b26fffb6c8cc3/view)
 
Record
SN06508623-F 20221104/221102230057 (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.