Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2005 FBO #1336
SOURCES SOUGHT

A -- Tracer Gas Analyzer Modifications and Testing

Notice Date
7/22/2005
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 989), 1030 S. Highway A1A MS 1000, Patrick AFB, FL, 32925-3002
 
ZIP Code
32925-3002
 
Solicitation Number
Reference-Number-FA2521-05-SS-TGAM
 
Response Due
8/5/2005
 
Archive Date
8/20/2005
 
Description
In order to further the testing and development of the Tracer Environmental Sciences and Technologies, Inc. (Tracer ES&T), Model 2600 Tracer Gas Analyzer (TGA) network, sources are being sought to identify firms that are capable of providing upgrades and modifications to the Tracer ES&T Model 2600 TGA to: meet additional field test requirements; reduce operator errors and problems; add additional troubleshooting features; make the network better for both daytime and nighttime tests; and develop a better calibration method for the TGAs. The related test support necessary for tracer and ambient atmospheric studies based on the capabilities of the TGA network, both before and after modifications and/or upgrades, is also required. Any firms interested in expressing their ability to perform the above requirements should provide a brief history of their company to include: (1) evidence of such capabilities and experience related to the Tracer ES&T Model 2600 TGA; (2) documentation or explanation that attests to the possession of, and access to, knowledge of the proprietary firmware and software of the Tracer ES&T Model 2600 TGA necessary for the successful accomplishments of the types of upgrades and modifications herein described; (3) explanation of near real-time or real-time tracer collection experience and data analysis for sulfur hexafluoride and perfluorocarbon tracers at parts per trillion levels; and (4) explanation and/or affirmation of DoD facility and personnel security clearances at the secret level. Please limit responses to 10 pages or less and send to the contract specialist: daniel.gill@patrick.af.mil. Firms should indicate whether they are small, small disadvantaged, woman-owned, veteran-owned, service-disabled veteran-owned, HUBZone certified, or a Historically Black College or University or Minority Institution. Additionally, respondents should include their assigned Commercial and Government Entity Code. Respondents are further requested to indicate their status as a foreign owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Due to the nature of this potential effort, no foreign country sources will be considered. Sources are requested to include the Government assigned company Facility Code (also called Cage Code) for the applicable facility and stage facility that would safeguard any classified data supplied by the Government. This is NOT a Request For Proposal (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. No written or telephone requests for a solicitation package or further information will be accepted nor responses made. However, the Government may seek clarification by telephone.
 
Place of Performance
Address: various nation wide to include contractor's facility
 
Record
SN00852942-W 20050724/050722212141 (fbodaily.com)
 
Source
FedBizOpps.gov 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.