Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2014 FBO #4635
SOURCES SOUGHT

66 -- Final Resins

Notice Date
8/1/2014
 
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
FA2521-14-Q-B200
 
Archive Date
8/14/2014
 
Point of Contact
Tiffany Shanta' Hall, Phone: 3214946292, Cheryl T. Witt, Phone: 321-494-4394
 
E-Mail Address
tiffany.hall.16@us.af.mil, cheryl.witt@us.af.mil
(tiffany.hall.16@us.af.mil, cheryl.witt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-14-Q-B200 shall be used to reference any written responses to this sources sought. 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 requirement is to precure Resin Beads that will be used for separation and purification processes. These products are commonly used in Nuclear Power industry for analysis of environmental samples of the elements. Salient Characteristics: a. UTEV A Resin. 50- 100 micron particle size. Packed in 2mL cartridges. Sold in packs of 50. The UTEV A resin is a solid phase extraction system containing diamyl amylphosphonate (DAA P) or dipentyl pentylphosphate (OPPP). Required theoretical loading capacity of UTEVA Resin for uranium approximately 37 mg/mL of resin bed and 0.39 g/mL bed density. b. TRU Resin. 50-100 micron particle size. Packed in 2mL cartridges. Sold in packs of 50. The TRU resin is a solid phase extraction chromatographic material containing octylphenyl-N,N-di• isobutyl carbamoyl phosphine oxide (CM PO) dissolved in tri- n-butyl phosphate (TSP). Required resin bead density approximately 0.37 g/mL and a working capacity of 2 mg americium per mL of resin (or 4 mg americium per 2mL pre-packed column). c. Sr (strontium) Resin. 50-100 micron particle size. Packed in 2mL cartridges. Sold in packs of 50. The Sr resin is a solid phase extraction system containing 1.0 M 4,4'(5')- di-t-butylcyclohexano 18-crown-6 (crown ether) dissolved in 1-octanol. A 40% (w/w) solution of this compound in 1-octanol is loaded onto an inert chromatographic support. Required Sr resin bed density approximately 0.35 g/mL. d. Ln (lanthanide) Resin. 50-100 micron particle size. Packed in 2mL cartridges. Sold in packs of 50. The Ln resin is a solid phase extraction system containing di(2- ethylhexyl) orthophosphoric acid (HDEHP). Required calculated maximum capacity of approximately 22 mg/mL of resin for neodymium (Nd). Working capacity should be approximately 2-4 mg/mL or 4-8 mg/2mL pre-packaged column or cartridge. e. DGA Resin. 50-100 micron particle size. Packed in 2mL cartridges. Sold in packs of 50. The DGA resin is a solid phase extraction system containing N,N,N',N'-tetra-n- octyldiglycolamide. Required bed density approximately 0.38 g/mL with a working capacity of 7.23 mg strontium-90 per mL of resin and 11 mg ytterbium (Yb) per mL of resin. f. RE (rare earth) Resin. 50-100 micron particle size. Packed in 2mL cartridges. Sold in packs of 50. The RE resin is a solid phase extraction system containing 1M octyl(phenyl)-N,N-disobutyl carbamoyl•methylphosphine oxide dissolved in tributyl phosphate and coated onto an inert methacrylic polymeric support. g. 12 Hole Vacuum Box with Rack. Required for simultaneous purification of as many as 12 samples to improve sample through put in a production laboratory setting. Vacuum attachment required to pull a slight vacuum on the resin cartridges to increase flow rate and speed of analysis. h. 20 mL Cartridge Reservoir, package of 25. Required for additional solvent storage above a resin cartridge. Inserted into the top of the cartridge and filled with solvent one time to avoid disturbance of the resin bed. i. Inner Support Tube 1 inch PE (Bag of 1000). Plastic adapter attached to the lower tip of the resin cartridge to direct elution solvent without loss to the conical yellow plastic tip for collection of fractions containing various chemical elements. j. Yellow Outer Tips, package of 1000. Conical yellow plastic tips attached to the inner support tube. Solvent passing through the resin cartridge forms drops containing various chemical elements which are collected in test tubes placed below the yellow tip. What is the purpose of the item(s): These products are needed in order to increase the speed, selectivety and specificity of the purification of various elements. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) 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 SDVOSB, WOSB, EDWOSB, or 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." 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. 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. 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. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-14-Q-B200,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-6292. RESPONSES ARE DUE NO LATER THAN 12 August 2014 @ 3:30 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B200/listing.html)
 
Place of Performance
Address: Patrick AFB, FL, Cocoa Beach, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03446728-W 20140803/140801234824-4024f1d1f418ce9f9f2ea8edc8594087 (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.