Oregon Bids > Bid Detail

Teledyne Cetac SDXHPLD Upgrade Kit for ASX-560 for Adams, OR

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159970076144307
Posted Date: Feb 1, 2024
Due Date: Feb 11, 2024
Source: https://sam.gov/opp/9d2de82c3b...
Follow
Teledyne Cetac SDXHPLD Upgrade Kit for ASX-560 for Adams, OR
Active
Contract Opportunity
Notice ID
12905B24SS0013
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PWA AAO ACQ/PER PROP
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 01, 2024 11:08 am PST
  • Original Response Date: Feb 11, 2024 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Adams , OR 97810
    USA
Description

CONTRACT OPPORTUNITIES







Type of Notice: Sources Sought





Title: 12905B24SS0013 – Sources Sought for Teledyne Cetac SDXHPLD Upgrade Kit for ASX-560





Description:





This is a Sources Sought notice Only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This Sources Sought is issued for information and planning purposes only as part of USDA ARS market research and does not itself constitute an RFQ. This requirement is covered under NAICS code 34516. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources; Small Businesses; HUBZone small business; service-disabled, veteran-owned small business; 8(a) small business; veteran-owned small business; woman-owned small business; or small disadvantaged businesses; Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.





Minimum Acceptable Specifications for a Teledyne Cetac SDXHPLD Upgrade Kit for ASX-560 Mission-critical requirements Soil & Plant Analytes: Autosampler min. capacity: Auto diluter: Automatic Standard Preparation: Peristaltic Pump Compatibility: Software Compatibility: Software (data export): Magnesium, Potassium, Chloride, Iron, Manganese, Boron, Copper, Zinc, Phosphorous, and Sulfur Capacity to accommodate 180-8mL sample vessels plus standards loaded. within 8-hour workday window. Automatic software-initiated dilutions of over range samples up to 5000x dilution capability. Diluter or autosampler fully capable of creating full range of standards from stock multi-elemental analytes solution. Must be compatible with ICP-OES PQ 9000 pump and associated tubing for emergency backup usage to ensure continuity of time-sensitive sample analyses. Must be compatible with current ICP-OES PQ 9000 instrument software for Samples to be added/deleted while analysis running. Software updates need to be installed by a actively qualified technician. Results files can be exported either in Excel or .csv format. Soil & Plant Method Configuration: Instrument shipped with established methods for soil and Plant analytes listed above. Maintaining specific Methods configuration currently used. Tech support: Free lifetime phone and email technical and consumable support with access to product management and application staff support. Technicians need to be trained and certified to work on this equipment to prevent voiding any warranty's on parts and equipment



The Government does not intend to make an award based on responses to this inquiry. This notice does not constitute a commitment by the Government.





Capability Statement





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. Business concerns that possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability statements shall include the Contractors contact point to discuss their response.





The capability statement should include:





1) Acknowledgement that they are able to provide the subject supplies/services being requested;





2) Interested vendors should identify their size standards in accordance with the Small Business Administration;





3) At least three previous requirements that are similar to the requirement include a discussion of the Contract type, delivery method, duration, etc.;





4) Any other information considered relevant to this requirement; and





5) The government requests that no proprietary, classified, confidential, or sensitive information should be included in the response.





Any vendor responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine their qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a combined synopsis/solicitation may be published on sam.gov depending on the responses received.





All responses to this Sources Sought Notice must be received by the notice’s POC by the deadline in order to be considered. Responses may not be returned. Responders are solely responsible for all expenses associated with responding to this Inquiry. Do not submit pricing information in response to this Request.


Attachments/Links
Contact Information
Contracting Office Address
  • 800 BUCHANAN STREET
  • ALBANY , CA 94710
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 01, 2024 11:08 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >