SPECIAL NOTICE
A -- The Naval Support Fleet Logistics Center Norfolk intends to issue a sole source contract for a requirement to purchase specialty gases, Helium and Nitrogen that will be used in Gas Chromatography and Liquid Chromatography equipment to test urine for drug a
- Notice Date
- 2/6/2024 5:34:31 AM
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- DEPT OF THE NAVY
- ZIP Code
- 00000
- Solicitation Number
- NOI1301052168
- Response Due
- 2/13/2024 11:00:00 AM
- Archive Date
- 02/28/2024
- Point of Contact
- Curtis E. Cardoza
- E-Mail Address
-
curtis.e.cardoza.civ@us.navy.mil
(curtis.e.cardoza.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Notice of Intent to Sole Source The Naval Support Fleet Logistics Center Norfolk intends to issue a sole source contract for a requirement to purchase specialty gases, Helium and Nitrogen that will be used in Gas Chromatography and Liquid Chromatography equipment to test urine for drug abuse. Gases are required to be 99.999% �purity.� This requirement is in accordance with FAR Part 13.501(a) to the Navy Drug Screening Laboratory (NDSL), 2500 Rogers Street Building 5501 Great Lakes, IL 60088. United States Cylinder Gas is the manufacturer and sole distributer and service provider for the specialty gas cylinders at 99.999% purity as list below for use with the Gas Chromatography/Liquid Chromatography (GC/LC) and the Mass Spectrometer (MS) Instruments located at the Navy Drug Screening Laboratory (NDSL), 2500 Rodgers Street, Great Lakes, IL. a. 262 CF of compress helium, Ultra High purity 99.999%. b. 304 CF of compressed nitrogen. Industrial grade. c. 35 CF of compressed nitrogen. Ultra-High Purity. d. Cylinder Rental - Monthly Flat Rate Rental (FRR) for all cylinders. The estimated award date is 31 March 2024. This notice of intent is not a request for competitive proposals. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and price information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed five (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response or acceptance of the capability statement. 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 or to proceed with a sole source contract. Capability statements should also include the business size and cage code. Capability statements are due by 2:00 PM Local Time, 13 February 2024. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: curtis.e.cardoza.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fab18ca483a4ac7b2a12c5b8a531f03/view)
- Place of Performance
- Address: Great Lakes, IL 60088, USA
- Zip Code: 60088
- Country: USA
- Zip Code: 60088
- Record
- SN06955956-F 20240208/240206230043 (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 |