Federal Bid

Last Updated on 13 Feb 2015 at 9 AM
Special Notice
Location Unknown

Flash Chromatography

Solicitation ID F4BWC04363A001
Posted Date 26 Jan 2015 at 6 PM
Archive Date 13 Feb 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location United states
The 10CONS/LGCB, Operational Contracting Office, USAF Academy, US Air Force Academy received a Sole Source justification for the purchase of an Automated Flash Chromatography to Yamazen Science, Inc., 903 Sneath Ln, Suite 125, San Bruno, CA 94066. This procurement is for the acquisition of a sole source commercial item using simplified procedures in accordance with FAR Part 13. The North American Industrial Classification System (NAICS) number is 334516, Analytical Laboratory Instrument Manufacturing, and the business size standard is 500. a. Only one responsible source and no other item will satisfy the USAFA requirement. b. Yamazen is the manufacture and only approved source for the Model Wprep-W10Vflash Chromatography system. c. This request is issued for the USAF Academy Dean of Faculty. Yamazen is the only known source that meets the USAFA requirements. This synopsis is for informational purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Requirement: The Chemistry Department (DFC) has a requirement for an automated flash chromatography system for use in support of faculty, staff, and cadet research projects involving a wide variety of chemistries. For this reason, a versatile system capable of simultaneous (parallel) dual channel separations, easy PC-aided method development based on TLC (thin layer chromatography) separations, UV detection with a large absorbance scale (> 3000mAu) for high sample loading, and the option for ELSD or RI detector add-ons, is needed. The following is a list of the salient characteristics required: An integrated TLC reader by which a separation method is automatically determined via the included software for optimal separation. Parallel dual channel capabilities which allow for simultaneous analyses using the same, or if needed, two different separation configurations (e.g. normal phase on one channel and reversed-phase configuration on the other). A stand-alone PC for instrument control and processing of the data instead of a built-in display and dedicated software. The stand-alone PC must also have the capacity to be used just as any other PC with USAFA-loaded software with networking capabilities to accomplish other tasks. An open modular system that allows for easy access during routine user maintenance and minor repair, allowing for shipping of the individual components to the vendor for factory repair instead of in-house service repair. Any offerors believing they can provide a Flash Chromatography with all of the features and functions of the requirement described above may provide evidence for consideration. Evidence must support the offeror's claim they can provide this brand name or equal. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on response to this notice is solely within the discretion of the Government. Responses must be received NLT 12:00 pm Mountain Standard Time (MST) on 29 January 2015. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a Firm Fixed Price contract processed IAW FAR 12 and 13. The closing date of this synopsis is 12:00 pm, Mountain Standard Time (MST) on 28 January 2015. Questions should be addressed to the Primary POC Jerry Smith, Contracting Officer, (719) 333-8267 or sent via e-mail to [email protected]. 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: [email protected] Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
Bid Protests Not Available

Similar Past Bids

Ridgecrest California 04 Feb 2015 at 12 AM
Dayton Ohio 01 Mar 2017 at 10 PM
Usaf academy Colorado 28 May 2015 at 7 PM
Ridgecrest California 21 Dec 2018 at 10 PM
Halls Tennessee 17 Aug 2018 at 6 PM

Similar Opportunities

Washington District of columbia 14 Jul 2025 at 2 PM
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)
Washington District of columbia 26 Feb 2028 at 5 AM (estimated)