Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2017 FBO #5755
SOURCES SOUGHT

66 -- Auto Injector

Notice Date
8/24/2017
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-17-Q-B244
 
Archive Date
9/16/2017
 
Point of Contact
rasnizi cobb, Phone: 3214949516, ,
 
E-Mail Address
rasnizi.cobb@us.af.mil, 45cons.lgcb.e-bids@us.af.mil
(rasnizi.cobb@us.af.mil, 45cons.lgcb.e-bids@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Quotation (RFQ) number is FA2521-17-Q-B224 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 339113. The size standard for NAICS is 750 employees. GSA SIN/MAS 66 615 The requirement is to provide and install (1) Agilent auto injector, (1) multimode inlet and (2) NIST 2014 MS Library upgrade on an Agilent GC/MS with Agilent Mass Hunter Workstation Software. Salient Characteristics: Item Part No. Description Qty Unit 001 G4513A 7693A Auto injector includes transfer turret, 16-sample turret, mounting post, parking post for GC. 10ul syringe, and solvent bottle. The auto injector must have an option to have a barcode reader/heater/mixer which offers basic sample prep capabilities such as online dilution, ITSD addition, ESTD addition and derivation. Must be compliant with Agilent firmware and Mass Hunter Workstation software and the Agilent GC/MS Mode 7890B. 1 Ea 002 G3511A Multimode inlet, N2 or Air Cooling Programmable-temperature vaporizing inlet with septum head and either liquid N2 cryogenic cooling or air cooling with a fan. The MMI can be used as a standard split/split less cap injection port or as a large volume injector and it is able to utilize standard injection port liners. Must be compliant with Agilent firmware and Mass Hunter Workstation software and the Agilent GC/MD Model 7890B. 1 Ea 003 G1041A NIST 2014 MS Library Upgrade includes 243K spectra with names, chemical structures, and retention indices. Includes MS/MS Spectra Lib, NIST search and AMDIS and programs 2 Ea Include in your capabilities package your DUNS, CAGE CODE, System of Award Management expiration date, GSA contract number and expiration (if applicable), and unique geometries (configurations). NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! What is the purpose of the item(s): The Agilent 7890B GC/MS modification is a upgrade to add a multimode inlet, and auto injector and a spectral library database to an existing scientific instrument the Agilent 890B Gas Chromatograph/Mass spectrometer that measures and identifies unknown contaminates in and constituents of rocket propellants and other critical fluids used in the launch program at CCAFS and VAFB. Aerospace Fuels Laboratory at CCAFS provides critical fluid testing and verification of fuel quality to all Eastern Range space launch programs. This technology will be crucial for verifying propellant fluid quality. 45 CONS is interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil ; by mail to 45 CONS/LGCB, Attn: FA2521-17-Q-B224,1201 Edward H. White II Street, Bldg. 423, Room N206A, Patrick AFB, FL 32925-3238. Telephone responses will not be accepted. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps and GSA-Ebuy. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition. RESPONSES ARE DUE NO LATER THAN 2:00 PM 1 Sept 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-17-Q-B244/listing.html)
 
Place of Performance
Address: Patrick AFB, Patrick, AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04645403-W 20170826/170824232409-254438bef00da6a80ae22748035490da (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.