Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 04, 2016 FBO #5307
SOURCES SOUGHT

66 -- PURGE & TRAP GAS CHROMATOGRAPH

Notice Date
6/2/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
G16PS00512
 
Response Due
6/10/2016
 
Archive Date
6/11/2016
 
Point of Contact
Weatherford, Callista
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 334516 for a possible upcoming requirement for a Purge and Trap Gas Chromatograph for the National Water Quality Laboratory. The system shall consist of purge and trap system (P&T) with an autosampler and a purge and trap concentrator equipped for 25mL sample aliquots. The P&T shall include software to control the autosampler and the purge and trap concentrator. The P&T shall be interfaced to a gas chromatograph with a mass spectrometer detector (GC/MS). The GC/MS shall include software with full instrument control capabilities, qualitative identification including NWIS library search software, and quantitative determination software. These systems shall use USGS supplied computers. The vendor shall provide three days of onsite operation, optimization and maintenance consulting by a trained technical expert for each system purchased. The vendor shall provide 2 years of service and maintenance that includes any parts, yearly preventative maintenance (PM), and software support including updates and labor. The vendor shall perform performance validations and set the system up for VOC methods 4440 and/or 4437. The instrument shall meet or better the current VOC unit report levels for schedules 4440, and/or 4437 for all of the analytes. The Government anticipates purchasing one instrument with two optional instruments that may be exercised within one year of first instrument purchase. Full specifications, evaluation factors and requirements may be issued with a solicitation, after the Government determines its acquisition strategy as a result of this Sources Sought Notice. 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 it employs 1,000 persons 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 06/10/2016 at 4:00 Mountain Time 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. 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/G16PS00512/listing.html)
 
Place of Performance
Address: National Water Quality Laboratory Denver Federal Center Building 95 Denver CO 80225 USA
Zip Code: 80225
 
Record
SN04135724-W 20160604/160602234349-c56a933006ff9dc05eeb7b81b8b7346e (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.