Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
SPECIAL NOTICE

65 -- Waters MV-10 ASFE Supercritical Fluid Extractor

Notice Date
7/2/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-18-R-0067
 
Archive Date
7/24/2018
 
Point of Contact
David M. Federico, Phone: 9375224539
 
E-Mail Address
david.federico@us.af.mil
(david.federico@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: FA8601-18-R-0067 Notice Type: Special Notice Synopsis: The United States Air Force, AFLCMC/PZIBC, Wright-Patterson AFB, Ohio 45433-5344 publishes this notice of intent to award a sole source firm fixed priced contract for informational purposes only. The United States Air Force School of Aerospace Medicine Applied Technology (USAFSAM /FHOF) is seeking to procure Waters MV-10 ASFE Supercritical Fluid Extractor (SFE) for the preparation of a "Universal Passive Dosimeter" to meet the goals as specified under the Drug and Health Administration guidance listed for Individual Longitudinal Exposure Records and Total Exposure Health. The SFEs will considerably reduce the time and cost of the preparation of clean passive monitors used to measure occupational exposure to a wide variety of organic compounds. The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). This proposed procurement will be a Sole Source under North American Industry Classification System Code (NAICS) 334516- Laboratory Analytical Instrument Manufacturing. Business size standard: 1,000 Employees. The proposed source is Waters Corporation. A determination by the Government not to compete this proposed contract regardless of responses that may be received 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. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, quotation or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by 1:00 pm EST, Monday, July 9, 2018, and meets the following requirements: • A container (50-500ml) that can accommodate multiple silicone wristbands during the supercritical fluid extraction process.- • Dosimeter and will be capable for the collection of a wide range of organic compounds from volatiles to higher molecular weight semi-volatiles. • The system must have significant versatility since multiple classes of organic compounds will be collected and then analyzed from the wristbands. • The system must have the requisite software to run the equipment and to process the resulting data. • Extraction utilizing supercritical fluid (CO2) • Custom modified vessel to extract multiple wristbands • Minimum 100 mL vessel • Automated sample collector • Workstation with controlling software and monitor • Fraction collector • Necessary chillers • UPS/Line conditioner • Extraction vessel oven • Installation & training In order to comply with FAR 5.207(c) (15), the reason for lack of competition is as follows: Waters Corporation is the only available source that could deliver a product that could extract multiple silicone wrist bands in a single batch using a 500mL vessel. The Department of Defense (DOD) has determined the System for Award Management (SAM) to be the single DOD registration for contractors who conduct business or who are interested in conducting business with the DOD. Contractors must be registered in SAM prior to award for solicitations issued after 29 May 2012. You may contact SAM by telephone at 866-606-8220 or online at https://www.sam.gov. The contact for this acquisition is David Federico and can be reach at 937-522-4539. Any information should be e-mailed to david.federico@us.af.mil no later than 1:00 pm EST, Monday, July 9, 2018. Only inquiries/information received by this date will be considered. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-18-R-0067, MV-10." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not be received. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-18-R-0067/listing.html)
 
Place of Performance
Address: 2510 Fifth Street, Area B, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04977307-W 20180704/180702231127-616eed27ba4119a5782ca8542c085da0 (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.