United States - Ion Chromatograph System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
01 August 2019
Opportunity publication date
29 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 28, 2019 4:16 pm

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!
The Request for Quotation (RFQ) number is FA252119QB099 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 334516 . The size standard for NAICS is 1000 employees.
GSA SIN/MAS 66 / 615 9
The requirement is to provide an Ion Chromatograph System
Salient Characteristics:
All part numbers are Thermo Electron North America OR EQUAL
CLIN Description
0001 PN: 22153-60305. Full Integrion System, RFIC, Degas - 1 Each
0002 PN: 22153-62100. Kit, Tablet, with Magnet and Integrion Control App. - 1 Each
0003 PN: 22153-62031. WiFi without tablet. Mobile Contract Option. - 1 Each
0004 PN: 22153-62034. Dionex Integrion CD Conductivity Detector and Integrated Cell. - 1 Each
0005 PN: 7200.0111-ICSP. Upgrade SE to WE - 1 Each
0006 PN: 960708. Power Cord US, CBL, 3COND, Line Cord, US, RoHS - 1 Each
0007 PN: 076034. IonPAC AS18-Fast-4um, 4X150MM Column - 1 Each
0008 PN: 076035. IonPAC AG18-Fast-4um, 4X30MM Column - 1 Each
0009 PN: 088666. Prod ADRS600, 4MM - 1 Each
0010 PN: 075778. Dionex EGC 500 KOH Potassium Hydroxide Eluent Generator Cartridge - 1 Each
0011 PN: 075550 Dionex CR-ATC 500 Trap Column, Continuously Regenerated Anion - 1 Each
0012 PN: 701-086201. Year 2 and 3 IC/SP Parts Only Warranty - 2 Each
0013 PN: 068907. AS-DV Autosampler. - 1 Each
0014 PN: 038141. PolyVials+Filter Caps, 250 Each, 5mL - 1 Each
Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

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: kevin.brisco@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA252119QB099, 1201 Edward H. White II Street, Bldg. 423, Room N206, 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 or GSA
e-Buy. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

RESPONSES ARE DUE NO LATER THAN 1400, 01 AUG 19.
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.

Opportunity closing date
01 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force 45CONS (Bldg 423) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?