Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOLICITATION NOTICE

65 -- Sample Preconcentrator/Autosampler

Notice Date
5/10/2016
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264516RCES072
 
Archive Date
10/1/2016
 
Point of Contact
Derek J. Bell, Phone: 3016196914
 
E-Mail Address
derek.j.bell.civ@mail.mil
(derek.j.bell.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1) sole source (including brand name) acquisitions. The proposed source is Entech Instruments, Inc., 2207 Agate Court, Simi Valley CA 93065. The requirement is for one (1) sample preconcentrator and one (1) autosampler for the comprehensive industrial hygiene laboratory (CIHL) detachment San Diego. The autosampler shall be capable of automatically collecting samples from 1.4 liter and 6.0 liter air canisters compliant with Environmental Protection Agency (EPA) methods TO-14 and TO-15, and introducing those samples to the preconcentrator through a single, direct, inert flow path. The system shall include a tray to support 1.4 liter evacuated air canisters. The preconcentrator shall be capable of concentrating the air samples in at least three (3) stages, of managing the water content of the samples, and of introducing them to a gas chromatograph mass spectrometer (GCMS) system for analysis of organic solvents. The preconcentrator shall be capable of sample introduction by at least nine (9) inlet ports. The preconcentrator shall feature an inert flow path. The autosampler and preconcentrator shall be from the same manufacturer to ensure compatibility and proper function. The power requirement is 110VAC, 60Hz. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Upon delivery, the vendor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. The system shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334516 with a small business size standard of 1000. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Derek Bell at derek.j.bell.civ@mail.mil. Closing date for challenges is no later than 2:00 PM ET on 25 May 16. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264516RCES072/listing.html)
 
Record
SN04112252-W 20160512/160510235112-6db898a3a8dcef969a3cf34d5af1483b (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.