Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2013 FBO #4307
SOURCES SOUGHT

66 -- Mass Spectrometry Equipment & Supplies

Notice Date
9/7/2013
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-13-Q-B146
 
Archive Date
10/11/2013
 
Point of Contact
Linda M Penuel, Phone: 321-494-7573, Ellen T. Audelo, Phone: 321 494-6343
 
E-Mail Address
linda.penuel@us.af.mil, ellen.audelo@us.af.mil
(linda.penuel@us.af.mil, ellen.audelo@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOURGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334516. The size standard for NAICS is 500 employees. The FSC is 6640. The requirement is to purchase mass spectrometer supplies/equipment as follows: No. Description Qty Unit of Issue 0001 Barnstead Furnace, muffle, ssp 120V, MG Scientific Inc PN F62735 or equal 3 ea 0002 Ultrasonicator, Stanley Supply & Svs CPN 952-218 or equal 4 ea 0003 Ionizer Air Blower Aerostat XC, Stanley Supply & SVS OB 4002612 or equal 3 ea 0004 Research Carousel Stand for Pipettes, MG Scientific Inc PN 02244905 or equal 3 ea 0005 Research plus 500-500L Eppendorf pipettes, 4ML, MG Scientific Inc PN 312000007 or equal 3 ea 0006 Research plus 100-1000L, Eppendorf pipettes, 1ML, MG Scientific PN 312000062 or equal 3 ea 0007 Research plus 20-200uL, Eppendorf pipettes, 200uL MG Scientific PN 3120000054 or equal 3 ea 0008 Research plus 2-20uL, Eppendorf pipettes, 20uL, MG Scientific PN 3120000038 or equal 3 ea 0009 Research plus 0.1-2 5uL, Eppendorf pipettes, 2.5uL, MG Scientific PN 3120000011 or equal 3 ea 0010 7x7 ceramic hot plate stirrer 120V ADV, Pacific Star Corp PN 984T7CHSUSA PN or equal 6 ea 0011 10x10 ceramic hotplate stirrer 120V ADV, Pacific Star Corp PN 984TA0CHSUSA or equal 6 ea 0012 Balance Stabilizing Bases, Fisher Scientific Company LLC, PN HM0199410 or equal 4 ea 0013 Thermo Maxi-Mix II 120V vortex stirrer MG Scientific Inc PN M37615Q-THERMO or equal 3 ea 0014 Balances - analytical, All Business Machines Inc PN 01911353 or equal 3 ea 0015 Top loading balances, All Business Machines Inc PN 01910422 or equal 2 ea 0016 Allegra 6 centrifuge, WWR International PN BK366802 or equal 2 ea 0017 Horizontal rotor for Allegra 6, VWR International PN BK360581 or equal 2 ea 0018 Modular disk adapters for Allegra 6, VWR International PN BK359153 or equal 2 ea 0019 Balance weights, All Business Machines Inc PN 01912108 or equal 2 ea 0020 Revolutionary science Poly water bath, Premier & Companies Inc PN RS-PB-100 or equal 1 ea 0021 Bytac bench protectors 15' x 25'', All Business Machines Inc PN 1420644 or equal 10 ea 0022 Bytac bench protectors, 15' x 12.5", All Business Machines Inc PN 140652 or equal 10 ea 0023 Bottle, 4.5 gal for leaching bath, All Business Machines Inc PN 11823J 1 ea 0024 Chromatography columns and supplies, All Business Machines Inc PN 057198B or equal 1 ea 0025 Luxor cart TC Series utility cart, Acorn Office Products PN ACOTC122-B or equal 5 ea 0026 Ergo-Handle cart, Wisconsin Lift Truck PN DH-PH4-2436 or equal 2 ea 0027 High Precision Tweezers S/S Cooper Anti-Acid, Stanley Supply & Services PN 5SASL or equal 4 ea 0028 D3948 High Tacky Mat 18 x 45 in PK4, SPS Industrial Inc PN WM1845B 6GPY9 or equal 10 ea The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. 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. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us 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 be individually 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.). 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: 45cons.lgcb.e-bids@us.af.mil Please provide the GSA contract number applicable to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B146/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925-3238, United States
Zip Code: 32925-3238
 
Record
SN03178967-W 20130909/130909163855-841c739ca28f7cee32a0d3a03f29dba3 (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.