Skip to main content

An official website of the United States government

You have 2 new alerts

Automated Soil Gas Flux Sampling Chambers, Multiplexers, and Associated Hardware

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: Aug 10, 2024 02:00 pm EDT
  • Original Response Date: Aug 16, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 31, 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:
    Beltsville , MD
    USA

Description

Automated Soil Gas Flux Sampling Chambers, Multiplexers, and Associated Hardware

Sources Sought #1133710-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.

1.0 Specifications Description:

Automated Soil Gas Flux Sampling Chambers, Multiplexers, and Associated Hardware

Quantity: 24 chambers, 3 multiplexers; 24 custom accessory kits for chambers, 3 accessory kits for multiplexers

Unit Type: Each

Minimum Requirements:

Soil gas flux measurement chambers and multiplexer

  • Chambers must have internal chamber mixing fan
  • Chambers must weigh 17 kg or less for ease of handing
  • Chambers must have volume of 0.072 m3
  • Chambers must have surface area of 0.21 m2
  • Chambers must have diameter of 52 cm
  • Chambers must be available in opaque option
  • Must have option of adding 30 cm and 70 cm base extensions to chambers such that final chamber heights are 75 cm and 115 cm, respectively
  • Operating voltage for both chambers and multiplexer must be 12-15 V DC
  • Operating power when in motion must be < 17 W
  • Weight of multiplexer must be less than 12 kg

        Associate Hardware

  • Custom accessory kits (tubing, cables, collars for chambers) must be compatible with chambers and multiplexers defined above
  • Power cable, USB A-miniB data cable, Analyzer-to-Muliplexer tube pair, and analyzer fittings must be compatible with multiplexers defined above

2.0 Place of Delivery

USDA/ARS

ATTN: Gwen Bagley

Building 001

10300 Baltimore Avenue

Beltsville, Maryland. 20705

A delivery dock is available at this location.

3.0 Delivery Schedule

90 Days ARO

4.0 Additional Requirements

Must offer 3-day on-site training consisting of field setups and hands on training.

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 review of the responses received, a Combined Synopsis solicitation notice may be published on Sam.gov.

Submit the Following:

  • Capability Statement that demonstrates your ability to meet the specific requirements, including Company Contact Info
  • SAM.gov UEI Number
  • Origin of Manufacturing
  • Identify if you are a large business or a small business with NACIS 334516.

Original Point of Contact: All responses to this Sources Sought Notice must be received by August 16, 2024, by 2:00 PM EST, the specified due date and time to be considered. 

Email responses to Jennifer Peterson at Jennifer.L.Peterson@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.
 

Contact Information

Contracting Office Address

  • 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
  • BELTSVILLE , MD 20705
  • USA

Primary Point of Contact

Secondary Point of Contact





History