Federal Bid

Last Updated on 04 Jan 2023 at 4 PM
Sources Sought
Denver Colorado

66--DESOLVATING NEBULIZER

Solicitation ID DOIGFBO230019
Posted Date 04 Jan 2023 at 4 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ofc Of Acquisition Grants-Denver
Agency Department Of Interior The
Location Denver Colorado United states 80225
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey (USGS) is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS 334513 Instruments and Related Products Mfg. for Measuring, Displaying, and Controlling Industrial Process Variables with a Small Business Size Standard with size standard in number of 750 employees for an upcoming Desolvating Nebulizer instruments (DSN).


Background
Our current state-of-the-art multi-collector inductively coupled plasma mass spectrometers (MC-ICP-MS) are equipped with two MC-ICP-MS instruments. One instrument is 18 years old and has the original Desolvating Nebulizer (DSN) as a solution introduction system. It is beginning to have issues introducing the stable and reproducible sample to the MC-ICP-MS. Desolation sample introduction results in a ten-fold increase in signal concerning wet sample introduction.
The new DSN introduction systems also allow for introducing secondary gases, such as nitrogen, that soon improve in removing isobaric interferences and enhancing the signal for several elements. To continue measuring high-precision solution isotope ratios and developing new methods, replacing this nearly 20-year-old introduction system is required.

The USGS High-Resolution lab in building 20 has become a leader in measuring Cu, Fe, Zn, S, Sr, Pb, and Hg isotope ratios via solution introduction for a wide range of sample types. To continue these efforts, updating and replacing peripherals is necessary. Our current DSN is approaching 20 years, resulting in issues delivering stable and reproducible sample introduction. Samples are introduced in a 2% nitric acid solution, which over time and due to the process of making a dry aerosol, the components within the system become worn and acid damaged. This replacement will allow us to continue measuring high-precision isotope ratios as well as improve our current method by the flexibility of adding gases to the sample stream using mass flow controllers.


General and Technical Requirements:
1. System must be compatible to fit a Nu Instruments MC-ICP-MS.
2. The nebulizer aerosol spray should be capable of heating to 110°C to maintain the sample in the vapor phase.
3. The desolvating membrane should be capable of heating to 140°C.
4. Include mass controllers for precise gas flow control.
5. Equipped with a removal membrane for cleaning, maintenance, or replacement.

THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary.
A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation.

Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses.

In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.

Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration.

Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including an active SAM Registration); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS, (4) Active SAM Registration.

All responses must be submitted NLT January 11, 2023, at 12:00 PM ET Time via e-mail to: [email protected]

This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.

If a solicitation is released, in order to receive an award your company must have an active SAM Unique Identification and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Aug 2015 at 8 PM
Location Unknown 03 Sep 2015 at 3 PM
Denver Colorado 22 Jul 2014 at 2 PM
Omaha Nebraska 18 Jul 2021 at 7 PM
Location Unknown 11 Jul 2018 at 1 PM

Similar Opportunities

Denver Colorado 11 Jul 2025 at 8 PM
Seattle Washington 22 Jul 2025 at 6 PM
Location Unknown 14 Jul 2025 at 2 PM