SOLICITATION NOTICE
B -- WATER ANALYSIS HR-ICP-MS
- Notice Date
- 5/20/2020 12:47:57 PM
- Notice Type
- Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- DOIGFBO200036
- Response Due
- 5/25/2020 12:00:00 AM
- Archive Date
- 06/09/2020
- Point of Contact
- Suryaty, Irma
- E-Mail Address
-
isuryaty@usgs.gov
(isuryaty@usgs.gov)
- Awardee
- null
- 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 541380 Testing Laboratories with a Small Business Size Standard $16.5M for an anticipated upcoming water sample analysis. The USGS has a need for analyses using High Resolution-Inductively Coupled Plasma-Mass Spectrometry (HR-ICP-MS) for water samples in order to increase accuracy in mineral resource assessments in east-central Alaska. The research project is focused on hydrogeochemistry as a tool for identification of mineral deposits and is contingent upon these analyses. This approach is a direct outgrowth of U.S. Geological Survey, Geology, Geophysics, and Geochemistry Science Center (G3) research. The tasks and the specific work elements associated with them are described below. The work includes submitting water samples for analyses for 60 cations by High Resolution-Inductively Coupled Plasma-Mass Spectrometry (HR-ICP-MS) which uses a Finnigan Mat ELEMENT 2 instrument. The sector-field HR-ICP-MS instrumentation differs from standard quadrupole ICP-MS in that ion focusing is achieved through separate electric and magnetic field sectors, as compared to a quadrupole mass filter. Also critical to the analyses in the current research project is the ability to compare analyses of water samples to results from past studies utilizing the same method. The contractor must be able to supply the USGS with results of analyses of water samples within the reporting interval of the request. Samples must be acidified prior to analysis. Water samples are analyzed using a High- Resolution Magnetic Sector ICP-MS (Finnegan Mat ELEMENT 2). A blank and two water standards are run at the beginning and end of each group of 32 samples. A reagent blank is run at the beginning of the group and every 10th sample is run in duplicate. If instrument suppression occurs, sample(s) affected are re-run at appropriate dilutions until response is normal. Dilution factors will increase by the same factor that samples were diluted. 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 541380 Testing Laboratories if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $16.5 million. 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 May 25, at 11:30 PM Mountain Time via e-mail to: isuryaty@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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cb0a26f07aae46b6b00a93c8fba34812/view)
- Record
- SN05663885-F 20200522/200520230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |