Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2015 FBO #4918
SOLICITATION NOTICE

66 -- Ion Chromatography Suite - Salient Characteristics

Notice Date
5/11/2015
 
Notice Type
Presolicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC IHEODTD, 4072 North Jackson Road Suite 132, Indian Head, Maryland, 20640-5115, United States
 
ZIP Code
20640-5115
 
Solicitation Number
N00174-15-T-0087
 
Archive Date
5/30/2015
 
Point of Contact
Samantha L StClair, Phone: 3017446622
 
E-Mail Address
samantha.stclair1@navy.mil
(samantha.stclair1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
ION CHROMATOGRAPHY (IC) SUITE – SALIENT REQUIREMENTS The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) has a sole source requirement for an Ion Chromatography (IC) Suite to support the advanced characterizations needed for Research, Development, Testing and Evaluation (RDT&E) efforts. The Government intends to award a sole source contract to Thermo Electron N. A., LLC, 5225 Verona Road, Madison, WI 53711. In order to fully meet Navy needs, the IC Suite must consist of two independent, yet modularly compatible, dual channel chromatographic systems: one analytical IC system (System #1) for the dedicated, fully automated, dual channel analysis of common anions and cations; and a second analytical IC system (System #2) for the dedicated, fully automated, analysis of organic ions and complex matrices with advanced detection (mass spectrometry, multi-wavelength UV-VIS, electrochemical, and charge aerosol discharge). Both systems must include: electrolytic eluent generation, electrolytic suppression, conductivity detection, integrated automation modules for sample preparation and/or concentration, thermally controlled autosamplers, and controllers for operating the instrument, data collection, and data processing. Beyond the requirements for System #1, System #2 must include a low pressure gradient mixing capability as well as advanced detection: mass spectrometry (MS), multi-variable ultraviolet and visible wavelength (UV-VIS), electrochemical (ED), and charge aerosol discharge (CAD) detection. The integrated IC Suite must additionally include: an integrated, in-line water purification system to provide feed water for both systems, a nitrogen generator for the MS detector, and accessories and consumable items for organic and inorganic anions and cations. Additional details and specific requirements for each system, System #1 and System #2, are provided as an attachment. Both systems will be required to be delivered as one unit. Installation will be required within 60 days after delivery. Training will be required within 1 year of installation. Please direct any questions or concerns to Samantha St. Clair at 301-744-6622 or samantha.stclair1@navy.mil. This will be a sole source procurement. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAICS Code (333249); SB Size Standard (500 Employees); FSC Code (6630).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00174/N00174-15-T-0087/listing.html)
 
Record
SN03726498-W 20150513/150511234618-ac1889e19c5b8b8c9c632cf44c4a5d39 (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.