SOURCES SOUGHT
99 -- Sources Sought-GC TOF Instrument
- Notice Date
- 4/28/2022 9:55:13 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-MML-22-SS10
- Response Due
- 5/16/2022 11:00:00 AM
- Point of Contact
- Donald Graham, Phone: 3019758567
- E-Mail Address
-
donald.graham@nist.gov
(donald.graham@nist.gov)
- Description
- Sources Sought Notice Title: GC TOF Instrument This is a Sources Sought Notice ONLY.� Requests for copies of a solicitation will not receive a response.� This Notice is for planning purposes only and is not a Request for Proposal or Request for Quotation or an obligation on the part of the National Institute of Standards and Technology (NIST) for conducting a follow-on acquisition.� NIST does not intend to award a contract on the basis of this Notice, or otherwise pay for the information requested.� No entitlement or payment of direct or indirect costs or charges by NIST will arise as a result of submission of responses to this Notice and NIST use of such information.� NIST recognizes that proprietary components, interfaces and equipment, and clearly mark restricted or proprietary components, interfaces and equipment, and clearly mark restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.� In the absence of such identification, NIST will assume to have unlimited rights to all technical data in the information paper. � NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. NIST is seeking information from vendors who can potentially provide the following: � GC TOF Instrument Gas Chromatograph/Mass Spectrometer Positive high mass resolution/accurate mass (HRAM) electron ionization (EI) spectra. Positive and negative HRAM chemical ionization (CI) mass spectra . HRAM SI mass spectra from the field ionization (FI) and photoionization (PI) sources . Ionizer sources switchable between runs without venting of the mass spectrometer. EI spectra similar to spectra in the NIST EI library for a wide range of compounds (https://www.nist.gov/srd/nist-standard-reference-database-1a-v17). Mass resolution from a splitless injection of 1 pg OFN (spectral peak width at half height) Mass accuracy from a splitless injection of 1 pg OFN� Ionization Instrument Detection Limit Mass range Ion source temperature Gas chromatograph (GC) interfaced to mass spectrometer with oven operating temperature range Split/Splitless Inlet and upgradable to programmable temperature vaporizing (PTV) inlet. Direct insertion/exposure/field desorption probes Autosampler for GC Robotic device Automated system.� Liquid injection Injection volume range Temperature programmed inlet.� �� Computer System and Software INSTALLATION TRAINING WARRANTY AND SERVICE PLAN EXTENDED WARRANTY Interested parties shall describe the capabilities of their organization as it relates to the requirement described above.� NIST anticipates issuing a Request for Quotation in the third quarter of FY2022 and awarding a contract no later than the fourth quarter of FY2022. NIST is seeking responses from all responsible sources, including large and small businesses. The small business size standard associated with the NAICS code for this effort, 334516, is 1000 employees. Please include your company�s size classification and socio-economic status in any response to this notice.� After results of this market research are obtained and analyzed, NIST may conduct a competitive procurement and subsequently award a contract.� Companies that can provide such items are requested to email a written response describing their abilities to donald.graham@nist.gov no later than the response date for this sources sought notice. The following information is requested to be provided as part of the response to the sources sought notice: Name, Address, Unique Entity Identifier, CAGE code, and point of contact information of your company. Any information on the company�s small business certifications, if applicable. Description of your company�s capabilities as they relate to the items described in this notice. A description of your company�s previous experience providing the items described in this notice. Indication of whether the item described in this notice are currently offered via your company�s GSA Federal Supply Schedule (FSS) contracts, Government-wide Acquisition Contracts (GWACs), or other existing Government-wide contract vehicles; and, if so, the contract number(s) for those vehicles. Any published pricing. Any other relevant information that is not listed above which the Government should consider in finalizing its market research. Responses are limited to a total of twelve (12) pages. The responses must be in MS Word format.� Pages shall be 8�-inch x 11-inch, using Times New Roman 11 Point Font.� Each page shall have adequate margins on each side (at least one inch) of the page. Header/footer information (which does not include any information to be analyzed) may be included in the 1"" margin space.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/79077983a7c94d4e93c8daa4a7ae0da2/view)
- Record
- SN06312035-F 20220430/220428230108 (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 |