Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 31, 2024 SAM #8374
SOURCES SOUGHT

66 -- Sources Sought for high-performance gas chromatography mass spectrometry (GC-MS) system for the detection and analysis of small molecules

Notice Date
10/29/2024 8:06:53 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX24Q0314
 
Response Due
11/5/2024 8:59:00 AM
 
Archive Date
11/20/2024
 
Point of Contact
Adaleta Dougherty, Phone: 5206729586
 
E-Mail Address
adaleta.dougherty2.civ@army.mil
(adaleta.dougherty2.civ@army.mil)
 
Description
(1) Action Code�:����� SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources.� This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date�: 29 October 2024 (3) Classification Code�: 66����������� (4) NAICS Code : 334516 (5) NAICS Size Standard: 1,000 Employees (6) Contracting Office Address: 2800 Powder Mill Road ������ Bldg. 601 ������ Adelphi, Maryland 20783 (7) Subject:� Sources Sought for complete, modular, high-performance gas chromatography mass spectrometry (GC-MS) system for the detection and analysis of small molecules (8) Proposed Solicitation Number:� W911QX24Q0314 (9) Sources Sought Closing Response Date: 11/05/2024 (10) Contact Point:� Adaleta Dougherty, Contract Specialist, adaleta.dougherty2.civ@army.mil (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Salient Characteristics The United States (U.S.) Army Research Laboratory (ARL) requires one (1) complete, modular, high-performance gas chromatography mass spectrometry (GC-MS) system for the detection and analysis of small molecules. The system shall meet the following salient characteristics: Shall be at least a single quadrupole GC-MS system. shall have an Electron Ionization (EI) as well as Chemical Ionization (CI) source.� shall be capable of running in a number of modes including EI, CI, full-scan, Single-ion monitoring, simultaneous full-scan/single-ion monitoring, and timed single-ion monitoring.� shall have a mass detection range of at least 1.2-1100 atomic mass units.� shall include a complete split/splitless injector module with programmable flow and pressure modes. shall include a GC-MS column appropriate for out-of-the box analysis of small organic molecules and metabolites.� shall include an attached autosampler which is capable with multiple injection modes and capable of holding at least 150 sample vials. The autosampler shall be compatible with standard liquid or gastight syringes, from at least 0.5 to 100 microliter volume. The included autosampler shall be compatible with 2 milliliter screw cap or crimped vials.� It shall be compatible with multiple washing solvents.�� Shall be future field upgradable with an array of available optional detectors including flame ionization (FID), Electron Capture detection (ECD), thermal conductivity detector (TCD), and nitrogen-phosphorus detection (NPD). Shall include all required instrument control and analysis software. Analysis software shall include access to the Wiley Registry and the National Institute of Standards and Technology (NIST) 2023 mass spectrometry (MS) libraries. The exchange and service of the detector modules as well as the injector system shall be user serviceable with minimal tools required. Shall include a sampling of �spare instrument parts� to include ferrules, septa, sealing rings, seals, etc. Shall include onsite installation and user training. Contractor shall coordinate installation and training schedule with the TPOC onsite in Austin, TX.� Installation and training shall be completed within thirty (30) days of receipt of the instrument.� Instrument training shall include on-site instruction of ARL personnel on the use of the instrument hardware and software and include routine instrument maintenance procedures. On-site training shall be a minimum of one (1) day in length and shall include virtual instruction as needed to supplement on-site training.�� Shall include a minimum of one (1) year warranty with all-inclusive service that includes any needed replacement parts, labor, and an annual scheduled preventative maintenance to be scheduled with the TPOC within twelve (12) months of the receipt of the instrument. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date.� Responses shall include: To what extent each of the specifications can be met. �Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 employee standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59 AM eastern standard time, 11/05/2024. Submissions should be emailed to Adaleta Dougherty, Contract Specialist, adaleta.dougherty2.civ@army.mil Questions concerning this sources sought may be directed to Adaleta Dougherty, Contract Specialist, adaleta.dougherty2.civ@army.mil. ��Please be advised that .zip and .exe files cannot be accepted. �(13) Place of Contract Performance: 2506 Speedway, NMS 3.254, Austin Texas 78710 (14) Estimated Delivery Timeframe or Period of Performance: No later than ten (10) weeks after receipt of order (ARO)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8260e00e9adb4aa88a7b7bafffbcae2a/view)
 
Place of Performance
Address: Austin, TX 78710, USA
Zip Code: 78710
Country: USA
 
Record
SN07252024-F 20241031/241029230107 (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.