Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOURCES SOUGHT

66 -- HIGH VACUUM METAL COATER

Notice Date
8/17/2018
 
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
140G0218Q0226
 
Response Due
8/22/2018
 
Archive Date
10/1/2018
 
Point of Contact
Valdez, Robert
 
Small Business Set-Aside
Total Small Business
 
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 with a Small Business Size Standard of 1000 employees for a high vacuum metal coater. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Minimum Specification: Chamber Size: > 100 mm diameter & >60 mm high; Vacuum pump: Dry scroll or other oil free pump(s); Monitor: Thickness monitor with 1 nm accuracy; Stage: Rotating stage that can accommodate up to four 25 mm epoxy mounts; Target Material: Iridium; Control: Programmable Logic Controller; Termination: Automated feature based on elapsed time or completion of programmable recipe. The high vacuum metal coater must place the quartz crystal thickness monitor in the center of the stage flush with the sample surface to allow for a more accurate coating thickness than those offset to the side. The high vacuum metal coater must allow for vacuum transfer of samples that are sensitive to surface oxidation, as this is critical for low KV analysis of surfaces that can quickly build an oxidation layer during transport from the coater to the instrument. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned Small Business firms; (4) Small 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 with a Small Business Size Standard of 1000 employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small 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. 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. All responses must be submitted NLT August 22, 2018 at 3:00pm MST via e-mail to: rvaldez@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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218Q0226/listing.html)
 
Record
SN05044393-W 20180819/180817231425-87f231f663cf03772dfdc5013c51abb1 (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.