Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOURCES SOUGHT

66 -- AB SCIEX TripleTOF 6600 System

Notice Date
8/22/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Eastern Business Service Center
 
ZIP Code
00000
 
Solicitation Number
1232SC18SSNL01
 
Archive Date
9/9/2018
 
Point of Contact
Nicholas D. Langley,
 
E-Mail Address
Nicholas.Langley@ars.usda.gov
(Nicholas.Langley@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is conducting market research to support the requirement for an AB Sciex TripleTOF 6600 Service Certified Instrument System. This is a Sources Sought Notice to determine the availability and capability of small businesses who can provide the scientific/laboratory equipment set forth herein. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotation, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The associated North American Industry Classification System (NAICS) Code is- 334516 – Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 1,000 employees. Respondents shall furnish sufficient information necessary for the Government to conclusively determine capability to provide this specific equipment to include authorized reseller information, logistics pipeline through the manufacturer for service manuals, bulletins, parts, software/firmware upgrades, etc. and past performance history and client contact information for the last three years for providing requirements similar to these. At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule Number and SINs that are applicable to this potential requirement. The government is not responsible for locating or securing any information, not identified in the response. Interested parties must respond with capability statements which are due by email to the point of contact listed below on or before August 25, 2018 by 1:00 PM Eastern Daylight Time. Capability statements may be emailed to Nick Langley at Nicholas.Langley@ars.usda.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/26ab466dd7a0bc4eca51693a677963bd)
 
Place of Performance
Address: Robert W. Holley Center, 538 Tower Road, Cornell University, Ithaca, New York, 14853, United States
Zip Code: 14853
 
Record
SN05049795-W 20180824/180822230855-26ab466dd7a0bc4eca51693a677963bd (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.