Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOURCES SOUGHT

68 -- Solvent Purification System

Notice Date
9/6/2012
 
Notice Type
Sources Sought
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-12-T-0320
 
Archive Date
10/5/2012
 
Point of Contact
Brian T. Smyser, Phone: 937-522-4556
 
E-Mail Address
brian.smyser@wpafb.af.mil
(brian.smyser@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a multiple-solvent purifier. Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The required specifications for the multiple-solvent purifier: 1. Multiple solvent purifiers for a minimum of Seven (7) solvents. The system can populate between one to seven solvents. o A multiple-position dispensing valve, rather than a multi valve, eliminates the possibility of users pulling solvent through the vacuum pump and expelling it into a lab, which creates a safety hazard. This also eliminates cross-contamination problems that can be caused by user error, which is a consideration in this equipment’s multi-user lab space. 2. Equal to or greater than a 400 L capacity. 3. Isolation Valves (or an acceptable alternative) on top and bottom of column to aid in column switching and filter changes. Alternatives must not leak solvents when columns are changed. 4. Single multiple-position dispensing valve (rather than multiple valves); 5-way dispensing valve or better. 5. Non-Teflon 24/40 dispensing joint for air tight seals. o System should be capable of reducing water and oxygen in solvents to the low PPM levels and dispensing solvent into standard 24/40 ground joint glassware that excludes atmosphere. o Teflon dispensing joints are unacceptable due to their tendency not to form air-tight seals with ground glass joints, which compromises solvent quality. 6. Metering valve to dispense precise amounts (±5 mL) of solvent. 7. Grounding clamp to prevent Electro-Static Discharge (ESD) during refilling. o A ground clamp for the solvent reservoir will greatly minimize the chance of fire due ESD while refilling volatile, flammable organic solvents. 8. Dimensions (Solvent Purifier and Flammable Storage Cabinet) are less than or equal to 62.0” W x 35” D x 85” H. Due to space limitations, dimensions cannot exceed these measurements. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 333298. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: 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. Responses may be submitted electronically to the following e-mail address: Brian.Smyser@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PKOAA POC: Brian Smyser, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 20 Sep 2012. Direct all questions concerning this acquisition to Brian Smyser at Brian.Smyser@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-12-T-0320/listing.html)
 
Record
SN02871837-W 20120908/120907001849-a86aa9432c675acac4a23e2e021a2866 (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.