Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOURCES SOUGHT

66 -- 66--PURCHASE OF AN ELEMENTAL ANALYZER

Notice Date
7/7/2020 3:04:16 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0220Q0179
 
Response Due
7/15/2020 12:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Theeke, Cheryl
 
E-Mail Address
ctheeke@usgs.gov
(ctheeke@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 for the Purchase and Installation of an Autoclave under NAICS code 334516 with a Small Business Size Standard of 1,000 employees. 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. Project Description: Purchase and Installation of Autoclave Unit Background: At the USGS National Water Quality Lab (NWQL), elemental analysis of carbon and nitrogen in particulate matter is a routine activity, occurring daily. The NWQL analyzes thousands of samples per year for total particulate carbon, total particulate nitrogen and inorganic particulate carbon, using USEPA method 440.0. The sample matrices include filters containing suspended solids from filtered surface water and ground water, marine water and other natural water samples. In an effort to provide our customers with reliable data across matrices we must update our elemental analysis instrumentation. Scope: This specification covers the requirement for one (1) elemental analyzer and related accessories, delivery, installation, training and application support, and at least a 2-year warranty. Requirement: The elemental analyzer provided hereunder shall provide the following functional, operational, and performance capabilities: 1. Shall be a bench-top laboratory instrument capable of automated measuring of total carbon and nitrogen. 2. Shall utilize automated horizontal static combustion at 975 degrees Celsius, purification and reduction of combustion products with copper, and detection by thermal conductivity. 3. Shall use oxygen as the combustion gas and helium as a carrier gas. 4. The vendor shall supply data on sensitivity, precision, and accuracy from the instrument model for USEPA 440.0, or an equivalent method for analysis of particulate matter of filtered water samples. 5. Shall have a published analytical sensitivity of 1 microgram or less and be able to detect a range of 100 parts per million to 100 percent carbon. 6. Calibration (single point or standard curve, mass of calibration standard should provide a response within 20% of response expected for analyzed samples), sensitivity response factors for each element determined by analyzing three weighed portions of calibration standard (Acetanilide), linear dynamic range (.05 mg to 4.1 mg C, and .03 mg to .7 mg N, or better). 7. Shall analyze a sample in 6 minutes or less. 8. Shall include an automatic sample changer with capacity for at least 60 solid samples in tin sleeves. 9. Shall be Microsoft Windows 10 personal computer (PC) controlled and utilize the same software for con. The PC shall not be included in this requisition. Contractor will provide PC/processor requirements for software within one week of date-of-award of this order. The NWQL will procure computer separately. 10. The Contractor shall include at least one software license and the software shall support multiple users. 11. The software shall have the following capabilities: a. The software shall run under Microsoft Windows 10. b. Shall include sample changer controlling capability. c. Shall be capable of stopping the autosampler and aborting a run after it has started. d. Shall be able to recall and reprocess instrument data at analyst discretion. e. The software shall be able to run the instrument unattended once samples are loaded. f. The software shall be free of viruses and malicious spyware. 12. Instrument and included accessories shall come with a warranty period of at least 2 years from date of acceptance. Warranty shall cover unit routine and preventive maintenance, service and repairs, and unit replacement in the event of insufficient sensitivity, precision, or accuracy that cannot be remedied. 13. Delivery of the instrument shall be no later than eight (8) weeks after date-of-award of this order. 14. Installation shall be performed by the Contractor no later than two (2) weeks after delivery of the instruments. Installation shall be coordinated with NWQL personnel and be at a date and time that is acceptable to the NWQL. 15. At least two days of on-site training for two (2) NWQL personnel shall be provided no later than two (2) weeks of installation of all instruments. Training topics shall include: daily operation, routine maintenance, method development, software familiarization, and troubleshooting. On-site training shall be conducted at a date and time that is acceptable to the NWQL. A scope of work will be provided with any solicitation that may be issued. 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 if their AVERAGE number of employees is less than or equal to 1,000 employees (see https://www.sba.gov/ for more information). 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 July 15, 2020 at 3:00pm MST via e-mail to: ctheeke@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
SAM.gov Permalink
(https://beta.sam.gov/opp/ba0244a8982a47f59329ae55c7a8399a/view)
 
Record
SN05714070-F 20200709/200707230156 (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 |
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.