SOURCES SOUGHT
66 -- LC-MS/MS System
- Notice Date
- 2/18/2014
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Denver Acquisition BranchDenver Federal CenterBuilding 810DenverCO80225USA
- ZIP Code
- 00000
- Solicitation Number
- G14PS00187
- Response Due
- 2/25/2014
- Archive Date
- 3/27/2014
- Point of Contact
- Callista Weatherford
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey (USGS) is conducting a MARKET SURVEY to determine the interest and capability of any small business firm eligible to compete under NAICS code 334516 for an upcoming requirement for the USGS. USGS anticipates the purchase of two Tandem Quadrupole or Linear quadrupole-ion trap design LC-MS/MS System. The first stage of the mass analyzer must be a quadrupole design, other architectures are acceptable for subsequent stages. Off-axis Electrospray Interface and interchangeable Atmospheric-Pressure Chemical Ionization Interface Data System with Instrument Control Software based on the Windows 7 Operating System with licensing for two analysts to process data and one for instrumental control. LC System consisting of: binary pump; vacuum degasser; low carryover autosampler with capacity for large volumes (at least 200 L injections); thermally controlled LC column compartment capable of maintaining temperatures from ambient to 80 C, with precision of +/- 0.2 C at temperatures above 35 C. LC System must be bioinert or biocompatible throughout the entire sample injection and solvent delivery pathways LC system should be capable of ultra-high pressure operation (1000 bars) for use with small-particle size (<2 m) rapid-resolution columns A minimum of two-years of instrument warranty to include on-site upgrades of every and all software and software revisions, hardware repair, at least annual instrument preventative maintenance service visits which includes all parts except for consumables listed in the specifications below, travel, and labor. Thermal control (cooling) for autosampler, At least three days of onsite software operation and maintenance consulting by a technical expert. 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. A complete set of specifications will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; and (D) 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 they employ 500 employees or less. 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 business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects 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; (3) confirmation of ability to meet all qualifications listed above; and (4) their SIZE STATUS. Your company must have a DUNs 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 February 25, 2014 at 3:00pm MST via e-mail to: cweatherford@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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00187/listing.html)
- Place of Performance
- Address: National Water Quality LaboratoryDenver Federal CenterBuilding 95 Entrance E-3DenverCO80225USA
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN03289912-W 20140220/140218234004-0039e5fcf9f6166829e57b4eb75b0b13 (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 |