Nitrogen Gas Generator
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)
- Original Published Date: Jul 30, 2024 04:46 pm EDT
- Original Response Date: Aug 05, 2024 02:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 20, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 335312 - Motor and Generator Manufacturing
- Place of Performance: Beltsville , MD 20705USA
Description
Sources Sought Notice
Nitrogen Gas Generator
Sources Sought #1133387-SS
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.
Background
This Peak Scientific Genius XE70 230V nitrogen gas generator produces nitrogen gas which is connected to a mass spectrometry and used as the nitrogen gas source for this mass spectrometer. The nitrogen gas generator must meet all the requirements set forth by Agilent (the manufacturer of the mass spectrometer).
Requirements
Nitrogen Gas Generator, Transformer Dual-Tap, and Warranty, and:
- 70 lpm, 116 psi, 99.9% purity, -50c dew point, <0.01 um particulate, THC-free
- Must be validated and recommended by Agilent (the manufacturer of the mass spec that will use this nitrogen gas generator)
- ECO Compressor Technology economizes air pumps to reduce utility and duty
- Direct Field Support from Peak Generators - no third parties
- Renewable Hydrocarbon Trap (to eliminate expensive carbon module replacements)
- Touch screen controls with self-diagnostics
- Peak Generator operating system (OS) with self-diagnostics, status reports and communication with tech support
2.0 Place of Delivery:
Please deliver all items to the address listed below. A delivery dock will be available at the location (scissors lift) for use.
USDA/ARS/BHNRC, 307B Center Rd, Building 307B, Room 235, Beltsville, MD 20705
ADVANCE NOTICE: Must notify when the items have shipped.
Additional Requirements
- Warranty PM (WPM) is required for 12 months following initial factory warranty of 12 months (total 24 months warranty and preventive maintenance).
- 48 hour response time required for service.
- Inside delivery
- Installation
- Training
3.0 Delivery Schedule:
Items and installation within sixty (60) days after the receipt of the purchase order.
Delivery shall be between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, excl. Federal holidays
The Contractor Shall:
This Sources Sought is only for the purpose of identifying potential sources as part of USDA ARS market research. 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.
Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.
The purpose of this notice is to obtain information regarding the availability and capability of qualified sources including any 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. Please state if you are a large business or a small business according to the NAICS code listed in this Sources Sought.
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.
Any organization responding to this notice should ensure that its response defines how it can specifically meet the specifications for the items requested. 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 reviewing the responses received, a Combined Synopsis solicitation notice may be published on Sam.gov.
Submit the Following:
- Capability Statement and/or product descriptions that demonstrate your ability to meet all of the specific requirements, including Company Contact Info.
- SAM.gov UEI Number.
- Identify if you are a large business or a small business with NAICS 335312.
- State place of manufacture for item(s).
Original Point of Contact: All responses to this Sources Sought Notice must be received by Aug 5, 2024, by 2:00 PM EST, the specified due date and time to be considered.
Email responses to Rebecca Lumpkin at rebecca.lumpkin@usda.gov.
Responses will 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
- 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
- BELTSVILLE , MD 20705
- USA
Primary Point of Contact
- Rebecca Lumpkin
- rebecca.lumpkin@usda.gov
- Phone Number 3016197396
Secondary Point of Contact
History
- Sep 12, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)
- Aug 20, 2024 11:55 pm EDTSources Sought (Original)