Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2017 FBO #5623
SOURCES SOUGHT

66 -- Selected-ion Flow Tube Mass Spectrometer - Sources Sought

Notice Date
4/14/2017
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700017R0036
 
Point of Contact
Kelly Reyes, Phone: 7193334986, Jerry B. Smith, Phone: 719338267
 
E-Mail Address
kelly.reyes.4@us.af.mil, jerry.smith.25@us.af.mil
(kelly.reyes.4@us.af.mil, jerry.smith.25@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please find attached This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for the upcoming acquisition for the 711 HPW, Wright-Patterson AFB. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotations. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 334516 and the size standard is 1,000 employees. The proposed contract is anticipated to be a purchase order. The sources sought is issued for determining if there are responsive business concerns capable of meeting the requirement. The purpose of this notice is to identify companies capable and qualified of providing a Selected-ion flow-tube mass spectrometer (SIFT-MS) with the below specifications. The specifications are as follows: -Must be a SIFT-MS capable of a qualitative and quantitative mass spectrometry technique for trace compound analysis which involves the chemical ionization of trace volatile and semi-volatile compounds by selected positive precursor ions during a well-defined time period along a flow tube. The absence of chromatography removes one obstacle in the discovery of unknown constituents. -Absolute concentrations of trace compounds present in air, breath or the headspace of samples will be calculated in real time from the ratio of the precursor and product ion signal ratios, without the need for sample preparation or calibration with standard mixtures. However, once the unknown is identified the technique can be used for more rigorous quantitative analyses. -The detection limit of commercially available SIFT-MS instruments extends to the single digit pptv range. This unit must be combined with a dynamic headspace extractor to volatize material from the matrix. This preparation/analysis regimen for determination of multiple classes of organic compounds from the "Universal Passive Dosimeter" (UPD) will meet the goals as specified under DHA guidance listed for Individual Longitudinal Exposure Records and Total Exposure Health. -This requirement must include the following: 1. SIFT-MS to accomplish the analysis of multiple classes of organics from volatiles to higher molecular weight polar and non-polar compounds resulting from the capture on a silicone wrist band for the evaluation of exposures to service people in CONUS and OCONUS locations. 2. A Dynamic Headspace Sampling (DHS) Unit to volatilize the compounds captured by the UPD. -The development of a Universal Passive Dosimeter is required. The research efforts will lead to the ability to collect data to establish exposure records for deployed service people leading to more accurate diagnosis to a wide variety of ailments resulting from chemical exposure. -Must provide a highly integrated system between the DHS and SIFT-MS. This hyphenated technique will have the ability to examine a wide range of organic compounds. -Existing equipment must be modified to achieve a temperature of up to 300 degrees C and provide a programmable ramp so that the compounds can be extracted in temperature segments. Additionally, a DHS sample chamber of 100 mL will easily accommodate the UPD and other materials under investigation. Examples would be poly aromatic hydrocarbons (combustion products); phthalates (plasticizers)/ pesticides and herbicides. The DHS system is mounted on the SIFT-MS and additional space is not required. Similarly the UPS system will accommodate the DHS unit. Operating Conditions: Standard laboratory humidity and temperature. Exhaust of effluent from the SIFT-MS and DHS require exhaust to a ventilation system by tubing or directly. The system is approximately 3 feet in length but does require at least an additional 2 feet for a computer control and printer for a total footprint of 5-6 feet. The system will utilize a UPS that is included in the proposal and requires 3-phase power with a variance of 216-244 VAC @ 47-63 HZ and 1.4 kVA. Carrier gas can be tank supplied high purity helium or nitrogen. Neither structural modification nor special lighting is required. All items and components must be made and manufactured in accordance with DFARS 252-225-7001, Buy American Act and Balance of Payments Program. Interested firms must reference their 8(a), HUBZone, Woman Owned or Service Disabled Veteran-Owned status and must be signed by a company official with authority to bind the company. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This Sources Sought Notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing the in vitro diagnostic (IVD), next-generation sequencer (NGS) are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Delivery is FOB Destination to Wright-Patterson AFB, 45433 Interested businesses shall provide the following information: •1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. •2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. •3. How many employees do you have? •4. Appropriate written information and/or data supporting your capability to perform the required effort, to include past performance. •5. Interested parties may also provide feedback concerning the following: a. Is this the appropriate NAICS code? If not, please identify which code is appropriate? b. Are you a manufacturer or reseller? c. What is your lead-time? d. Have you ever performed federal government contracts? e. What are your payment terms? f. What would you consider "risk" on the contractor's part for this acquisition? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Do any of the salient characteristics limit competition? i. Are there any aspects of this requirement which are not consistent with current industry practices? j. Add any questions specific to the acquisition not included above. This notice is designed to locate responsible sources that have an interest, and have the ability to supply the items described herein. If your firm is capable and qualified to provide the Selected-ION Tube Spectrometer, send required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 21 April 2017, 10:00 a.m. MDT by e-mail. Questions and responses should be addressed to the primary contact, Kelly Reyes Contracting Specialist, 719-333-4986 or kelly.reyes.4@us.af.mil or the alternate point of contact, Jerry Smith, Contracting Officer, 719-333-8267 or jerry.smith.25@us.af.mil. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representation and Certification Application (ORCA) at http://orca.bpn.gov by time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700017R0036/listing.html)
 
Record
SN04473443-W 20170416/170414234656-9c814ae3163d3c2fedd6ed11b1dc8692 (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.