Total Organic Carbon (TOC) – Shimazdu TOC-LCSH Analyzer

expired opportunity(Expired)
From: Federal Government(Federal)
W911SD24R0112

Basic Details

started - 22 Apr, 2024 (12 days ago)

Start Date

22 Apr, 2024 (12 days ago)
due - 29 Apr, 2024 (5 days ago)

Due Date

29 Apr, 2024 (5 days ago)
Bid Notification

Type

Bid Notification
W911SD24R0112

Identifier

W911SD24R0112
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)AMC (72715)ACC (75099)MISSION & INSTALLATION CONTRACTING COMMAND (25865)FDO EUSTIS (4837)W6QM MICC-WEST POINT (1812)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Total Organic Carbon (TOC) – Shimazdu TOC-LCSH Analyzer composed of the following items: (1) TOC-LCSH (GSA Only), LabSolutions Version, (1) LabSolutions TOC DB and Standard License Promo Package, (1) TNM-L Total Nitrogen Module, ROHS, (1) ASI-L for 24 mL, ROHS-compliant, (1) 24 mL Rack Set for ASI-L (Vials, caps, and septum not included), (1) Vials, ASI, 24mL Vials with caps & septa, 144pk, (1) REGULATOR GAS FOR AIR 19H590,TOC, (1) Consumable Kit for TOC-LC*H, (1) Tier 2 Installation and Customer Familiarization, (1) 1 YEAR PREVENTIVE MAINTENANCE, and (1) TOC-L Virtual Advisor with 24/7 Interactive On-line Support on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not
respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees.A continuing need is anticipated for the Department of Geography and Environmental Engineering regarding the Total Organic Carbon (TOC) – Shimazdu TOC-LCSH Analyzer. Please view the requested material details in the attachment. In response to this sources sought, please provide:1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dennis Cook, at dennis.j.cook8.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

West Point ,
 NY  10996  USALocation

Place Of Performance : N/A

Country : United StatesState : New YorkCity : West Point

Office Address : KO DIRECTORATE OF CONTRACTIN MADC 681 HARDEE PLACE WEST POINT , NY 10996-1514 USA

Country : United StatesState : New YorkCity : West Point

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6635Physical Properties Testing and Inspection