This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) that can provide the brand name or equal to Inductively Coupled Plasma Mass Spectrometer (ICP-MS) ? Agilent Model 7500. The contractor will be required to provide the following:1. G3272B 7500cx ICP-MS 2. Platinum interface with brass base for G3272B 3. Comprehensive Spares Kit for G3272B 4. HMI kit for G3272B and familiarization at installation 5. Two year Intelligent repair WtyUpg(11K) for G3272B 6. G3145B Option Gas Line (Oxygen will be used for organic dyes) 7. G1833-65038 Organic solvent intro kit 8. Agilent 7500 ICP-MS ChemStation, 9. 5185-5850 ICP-MS Checkout solutions 10. 5188-6524 7500 series PA tuning solution set 11. 5188-6564 ICP-MS Tuning solution 12. G1879B Heat exchanger 13. 2 yr intelligent repair WtyUpg for heat exchanger 14. G3286A ASX-500 Series Autosampler 15. 2 yr intelligent repair WtyUpg for G3286A 16. G3269 Gas purification kit for octopole reaction system 17. 5183-4644 Two Stage regulator, 125psi max, CGA580 18. 7157-0210 Tubing ? 20-foot stainless steel 19. H2149A Chemical analysis application consulting, three days on-site 20. Full Quant Inc. Equipment-Fileview Plus 21. G1820-65238 Ni Sampling Cone for 7500cx 22. G3270-65024 Skimmer Cone, Ni, for 7500cx 23. G1820?65239 Pt Sampling Cone for 7500 24. G1833-65132 Skimmer Cone, Pt tip, Cu base, for 7500 25. 8500-6940 Multi-Element Calibration standard 2A 26. 8500-6936 Bismuth internal standard stock solution The 7500cx Inductively Coupled Plasma Mass Spectrometer (ICP-MS) will provide FDA scientists an instrument capable of quantifying levels of heavy metals specified in regulations for color additives. The NAICS Code is 334516 Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents? capacity and capability to provide the required specific instrument. Responses to this notice shall be limited to 15 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS xxxxxx (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm?s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received to the attention: Patricia Wright, email:
[email protected] not later than 2:00 PM Eastern Standard time on April 3, 2008 for consideration. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government?s understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
Bid Protests Not Available