Federal Bid

Last Updated on 27 Aug 2019 at 8 AM
Sources Sought
Location Unknown

Ion Chromatograph System

Solicitation ID FA252119QB099
Posted Date 06 Aug 2019 at 1 PM
Archive Date 27 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa2521 45 Cons Lgc
Agency Department Of Defense
Location United states

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY!

The Request for Quotation (RFQ) number is FA252119QB099 shall be used to reference any written responses to this source sought.

Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334516 . The size standard for NAICS is 1000 employees.

GSA SIN/MAS 66 / 615 9

The requirement is to provide an Ion Chromatograph System

Salient Characteristics:

*** INDICATES LANGUAGE ADDED*** 

***Cape Canaveral Air Force Station (CCAFS) requires a high-pressure ion chromatograph (IC) system for laboratory analysis of rocket propellants, launch samples, and high purity water samples.

The IC system required to quantify anion (negatively charged ion) concentrations in liquid samples. IC determines floride, bromide, sulfide, and chloride levels. Determination of chloride required in rocket propellants including but not limited to hydrazine.

The IC system shall be compatible with and fully integrate with laboratory's existing Chromatography Data Systems, specifically Thermo Fisher Scientific Ultimate 3000 liquid chromatography system which require Chromeleon 7 operating software.
Full high-pressure IC system with operating software license:
-High Pressure Ion Chromatography (HPIC) pump,
-6-port injection valve,
-25 micoliter injection loop,
-2 liter eluent bottle,
-3 electrolytic power outlets:
1 for Suppressor, 2 for eluent generation,
-High pressure RFIC-EG degasser,
-Column oven,
-Thermostatted Detector Compartment (TDC),
-Consumables tracking,
-Eluent Generation,
-Mobile Control tablet with magnet and control app installed,
-Conductivity Detector and Integrated Cell,
-US power cord,
-Ion-exchange column: 4X150mm high-capacity, hydroxide-selective anion-exchange column,
-Guard column: Optimized for use with ion-exchange column,
-Dynamically Regenerated Suppressor for electrolytically regenerated suppression in ion chromatography (IC) applications: equivalent to ADRS600, 4MM,
-Potassium Hydroxide Eluent Generator Cartridge,
-Continuously regenerated anion trap column,
-Autosampler: equivalent to AS-DV Autosampler,
-Polyvials and Filter Camps (20 micrometer): quantity 250 each for 5.0 mL vials,
-IC system shall support all standard bore and microbore guard and separator column sizes, in addition to single and dual valve configurations.

***

CLIN Description

0001 PN: 22153-60305. Full Integrion System, RFIC, Degas - 1 Each

0002 PN: 22153-62100. Kit, Tablet, with Magnet and Integrion Control App. - 1 Each

0003 PN: 22153-62031. WiFi without tablet. Mobile Contract Option. - 1 Each

0004 PN: 22153-62034. Dionex Integrion CD Conductivity Detector and Integrated Cell. - 1 Each

0005 PN: 7200.0111-ICSP. Upgrade SE to WE - 1 Each

0006 PN: 960708. Power Cord US, CBL, 3COND, Line Cord, US, RoHS - 1 Each

0007 PN: 076034. IonPAC AS18-Fast-4um, 4X150MM Column - 1 Each

0008 PN: 076035. IonPAC AG18-Fast-4um, 4X30MM Column - 1 Each

0009 PN: 088666. Prod ADRS600, 4MM - 1 Each

0010 PN: 075778. Dionex EGC 500 KOH Potassium Hydroxide Eluent Generator Cartridge - 1 Each

0011 PN: 075550 Dionex CR-ATC 500 Trap Column, Continuously Regenerated Anion - 1 Each

0012 PN: 701-086201. Year 2 and 3 IC/SP Parts Only Warranty - 2 Each

0013 PN: 068907. AS-DV Autosampler. - 1 Each

0014 PN: 038141. PolyVials+Filter Caps, 250 Each, 5mL - 1 Each

Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.

NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!

45 CONS is interested in any size business that is capable of meeting this requirement.

Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.

Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision."

As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.

Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.

Responses may be submitted electronically to the following e-mail address: [email protected]; by mail to 45 CONS/LGCB, Attn: FA252119QB099, 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. Telephone responses will not be accepted.

Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps or GSA
e-Buy. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.

RESPONSES ARE DUE NO LATER THAN 1400, ***12 AUG 19.***

This notice does not constitute a commitment by the Government. 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.
Bid Protests Not Available

Similar Past Bids

Texas 24 Dec 2008 at 9 PM
Summit New jersey 29 Dec 2010 at 9 PM
Bethesda Maryland 09 Jan 2017 at 6 PM

Similar Opportunities

Philadelphia Pennsylvania 09 Nov 2025 at 5 AM (estimated)
Philadelphia Pennsylvania 09 Nov 2025 at 5 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Jacksonville Florida 14 Jul 2025 at 4 PM