SOURCES SOUGHT
66 -- Integrated Automated Sampling System
- Notice Date
- 7/19/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-16-ASGC
- Archive Date
- 8/1/2016
- Point of Contact
- Jean t. Greenwood, Phone: 5082336101
- E-Mail Address
-
jean.t.greenwood.civ@mail.mil
(jean.t.greenwood.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY BUSINESSES, ESPECIALLY SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), AND WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. The Natick Soldier Research, Development and Engineering Center (NSRDEC), located in Natick, MA, is issuing this source sought notice to identify potential sources that supply devices that provide an integrated automated sampling system that is able to configure with existing Thermo Scientific Gas Chromatographs. REQUIREMENTS: NSRDEC is interested in information on devices that provide an integrated automated sampling system that is able to configure with existing Thermo Scientific Gas Chromatographs already at NSRDEC. The auto-sampler shall be capable of sampling and injecting samples from liquids, headspace, and solid phase micro-extraction (SPME). The device shall aide in sampling/analysis of fabric materials and other solid matrices to determine concentrations of volatile compounds that may off-gas through headspace analyses. In addition to headspace capability, the unit shall also provide SPME capability, which allows for solvent-free sample preparation. Steps such as fiber preconditioning, adsorption, and desorption shall all be controlled. Compounds of interest can be extracted from liquid or headspace phase by setting the needle depth into the vials. Sample vials shall be automated to be heated and shaken to reduce analysis times. The auto-sampler shall provide improved precision and reproducibility for all 3 sampling configurations. The unit shall be capable of accommodating a large set of sample vials in a single analysis run (i.e., up to 162, 2-mL vials for liquid analyses or 60, 10/20ml vials for SPME/headspace analyses). The auto-sampler shall enable us to set up the novel "vial within a vial" permeation method. The method can be used to evaluate permeation and reaction through materials in a high throughput manner with many repetitions without the need for sweep and challenge streams, as is typical for permeation cells. Thus making permeation and identification of reactants and products more efficient and cost effective. In addition, vapor concentrations can be measured more accurately due to the use of the SPME capability, which greatly aids research and development when improving permeation and/or barrier properties. Furthermore, the "vial within a vial" method is perfectly enclosed with no need for flows through tubing, making for much safer analysis of toxic chemicals. RESPONSES TO THIS NOTICE: All interested firms and manufacturers, regardless of size, are encouraged to respond to this request for information. Information submissions should include available technology, product literature, and relevant company background/experience. Available product pricing may also be provided as part of the information submission. The NAICS for this effort is 334516, Analytical Laboratory Instrument Manufacturing and the size standard is 500 employees. Information submissions must be received by 28 July 2016, 4:00PM EDT. Responses to this notice should be e-mailed to james.t.varnum.civ@mail.mil AND jean.t.greenwood.civ@mail.mil and MUST include "W911QY-16-ASGC" in the subject file as described below. Responses are limited to ten (10) pages and are requested in.PDF format. All respondents shall include all of the information listed below in the response email: 1. Company name and announcement number (W911QY-16-ASGC) in the email subject line 2. Company address, telephone number, primary contact(s) with email address(es), business size and socioeconomic category (i.e, small/large/HUB Zone), CAGE code, and DUNS number. (Respondents must be registered in the SAM database in order to obtain a CAGE code. Firms may register with SAM at http://www.sam.gov). 3. Product detailed descriptions and how it addresses the Government's requirement. This can also include current or past performance of providing similar products to the Government. 4. Estimated cost minimum, and maximum delivery schedule, and any anticipated discounts. 5. If applicable, GSA schedule information. 6. All assumptions, including any assumed Government support. Interested sources must reply no later than the date and time stated above. No telephonic, facsimile or hardcopy submissions will be accepted. All product information shall be submitted at no cost or obligation to the Government. THIS SOURCES SOUGHT SYNOPSIS IS NOT A SOLICITATION. This sources sought is for information and planning purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB) or Request for Proposal (RFP) and is not to be taken as a future commitment by the US Government to issue a solicitation. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition, if any. The US Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a vendor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether a set-aside acquisition (if any) in lieu of full and open competition is in the Government's best interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c3857ab70cb4c00bc84933ba65d3eb51)
- Record
- SN04188409-W 20160721/160719235328-c3857ab70cb4c00bc84933ba65d3eb51 (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 |