Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2014 FBO #4557
SOURCES SOUGHT

J -- Maintenance of Thermal Ionization Mass Spectrometer

Notice Date
5/15/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G14PS00397
 
Response Due
5/29/2014
 
Archive Date
6/28/2014
 
Point of Contact
Robert Valdez
 
E-Mail Address
rvaldez@usgs.gov
(rvaldez@usgs.gov)
 
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 firm eligible to compete under NAICS code 334516 for repair of a Thermal Ionization Mass Spectrometer, MAT 262 Mass Spectrometer, S/N SN0499. The Eastern Minerals and Environmental Resources Science Center (EMERSC) has a requirement for repairs, maintenance, and replacement parts for the FinniganMAT Thermal Ionization Mass Spectrometer (TIMS). The mass spectrometer continually requires upgrades, repairs, calibration and adjustments to keep continuity of the standards and provide consistent results. USGS considers this requirement a sole source to Spectromat Massenspektrometer GMBH, Wiener, Bremen, Germany 28359. Should other firms be determined to be able to supply these supplies/services, a competitive acquisition will be considered. Required items include: The Mat 262 mass spectrometer is utilized daily to process samples for determining trace elements and isotopes (especially the heavy rare earth elements Be, Pb, U and Th). The lab currently provides sample analysis for contracted work for the Mineral Resources Program highest priority projects (i.e., REE Residual Deposits, Western Alaska, REE Deposits in Missouri), as well as US-EPA contract work, and other international work. Repair of this equipment is critical for timely processing of previously stated project and contract work samples. These projects depend on the analyses provided by the MAT 262. If the equipment breaks down, it is imperative to be able to schedule the repairs as soon as possible. The field engineers will begin immediately to evaluate the equipment through troubleshooting with lab staff and if this fails, they must schedule an on-site visit by a field engineer immediately. The instrument requires evaluation by a manufacturer trained and authorized technician or engineer. The engineer/technician will provide an estimate for parts, labor and travel to the government contact. The estimate will state the warranty for the repair (parts and labor). The field engineer/technician will install parts, repair, upgrade and calibrate the instrument in accordance with the manufacturer specifications and will observe the instrument during operation to determine all parts are working properly THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work 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; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large 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 (A) through (E) 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; and (3) their SIZE STATUS. All responses must be submitted NLT May 29, 2014 at 3:00pm MST via e-mail to: rvaldez@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. If a solicitation is released, in order to receive an award 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G14PS00397/listing.html)
 
Record
SN03367720-W 20140517/140515235332-215dc8ecdb6e0166728db24404a807b9 (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.