Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 24, 2023 SAM #7940
SOURCES SOUGHT

66 -- USAFA High Temperature Gel Permeation Chromatography System

Notice Date
8/22/2023 3:53:52 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA700023Q0072
 
Response Due
8/28/2023 9:00:00 AM
 
Archive Date
09/12/2023
 
Point of Contact
Nathalieb Zepeda, Kristin Ulma, Phone: 7193333200
 
E-Mail Address
Nathalieb.Zepeda@us.af.mil, susan.ulma@us.af.mil
(Nathalieb.Zepeda@us.af.mil, susan.ulma@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS A REQUEST FOR INFORMATION AND PLANNING PURPOSES ONLY! The 10th Contracting Squadron is conducting market research to determine interest and capability.� This notice 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 United States Air Force Academy (USAFA)�in Colorado Springs, CO, anticipates a requirement for a High Temperature Gel Permeation Chromatography System with the following salient characteristics: Operating Temperature Range � � � � � � 40 ?C up to 220 ?C Solvent Reservoir � � � � � �Capacity: at least 4 L � � � � � �Temperature: maintained at 40 ?C Autosampler � � � � � �Injection volume: 10 to 500 mL � � � � � �Number of samples: 24 or more � � � � � �Vial size: 2-10 mL injection vials � � � � � �Temperature: must be able to heat in the range of 40 ?C up to 220 ?C Pump � � � � � � Type: Dual, independent, and temperature controlled (40 ?C up to 220 ?C) � � � � � � Max pressure: 15 MPa � � � � � � Flow Rate: 0.1 to 2.0 mL/min � � � � � � Precision: +/- 0.2% � � � � � � Accuracy: +/- 3% Oven � � � � � �Capacity: 7.8 mm ID x 30 cm or smaller � � � � � �Temperature range: 40 ?C up to 220 ?C Detector � � � � � �Type: RI dual flow with a tungsten light source, must be able to add a viscometer detector after initial purchase � � � � � �Drift: 3 x 10-7 RIU/h � � � � � �Noise: 1.5 x10-7 RIU/h � � � � � �Volume: 10 mL Software and hardware (desktop, monitor, printer, etc.) required for data analysis must be included. The data file format should easily allow sharing/transfer of data files as individual electronic documents, which are readable by the same data analysis package.� The data analysis program should also include a .pdf generator, for the efficient export of analyzed plots. A site visit for installation and training. �Warranty:� i???nstrument must come with at least a 1-year warranty, parts and labor included, from date of installation. Delivery to: USAF Academy, CO 80840 The recommended North American Industry Classification Systems (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing, with a size standard of 1,000 employees. However, we are interested in any size business that is capable of meeting the 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), and business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business). Interested parties should submit a capability statement, technical specifications, and any related drawings that clearly demonstrate the ability to meet the required salient characteristics. In addition, please include the following with your submission: CAGE code, Unique Entity Identifier (UEI), and answers to the following questions: What is your estimated delivery time for equipment and installation? If you require different terms and conditions than those normally used by commercial industry, what are those terms and conditions to the Government? (Please feel free to provide a copy of your terms and conditions.) 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. Please email responses to: Contract Specialist, nathalieb.zepeda@us.af.mil with a courtesy copy to Contracting Officer, susan.ulma@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f1f6bea2a8b94ef4bd3e276545ce6955/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN06802422-F 20230824/230822230103 (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.