MX908 Portable Mass Spectrometer
ID: F3A3CE4134A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4484 87 CONS PKJB MDL, NJ, 08641, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LIQUID AND GAS FLOW, LIQUID LEVEL, AND MECHANICAL MOTION MEASURING INSTRUMENTS (6680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes from qualified small businesses for the procurement of an MX908-c handheld mass spectrometer and associated equipment to enhance chemical detection capabilities at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. The procurement includes the mass spectrometer, a chemical training kit, trace sampling swabs, applicator swabs, a core cleaner and charge station, an extended warranty and support for four years, and an on-site training class. This equipment is crucial for conducting inspections at two commercial vehicle inspection sites, ensuring safety and compliance with chemical detection standards. Interested vendors must submit their quotes by September 12, 2024, and are encouraged to contact SSgt Mark Wirick or Adriana A. Dunaway for further information regarding the solicitation and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a combined synopsis and solicitation for the procurement of Portable Mass Spectrometers under solicitation number FA448424Q0035, aimed at small businesses under NAICS code 334516. This Request for Quote (RFQ) calls for quotes for an array of items, primarily the MX908-c handheld mass spectrometer and related components, to support chemical detection at two commercial vehicle inspection sites at Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ. The purchase is designated as a firm fixed-price contract, with specific contract line item numbers (CLINs) required for submission, including technical training and warranty options. Quotes must comply with FAR regulations and include detailed pricing, representations, and SAM registrations. Evaluation will focus on the Lowest Price Technically Acceptable (LPTA) method, where technical acceptability will be judged based on evidence of meeting the Statement of Work (SOW) requirements. Offers are due by September 12, 2024, with an emphasis on valid offers for 60 days. The document outlines detailed clauses, provisions, and specifications necessary for compliance, highlighting the importance of proper registration, familiarization with requirements, and adherence to submission guidelines for eligibility in this government procurement process.
    The Joint Base McGuire-Dix-Lakehurst (JB MDL) Antiterrorism Office has prepared a pamphlet to guide contractors on their role in enhancing security during the Global War on Terrorism. Contractors are encouraged to be vigilant and act as additional observers of suspicious activities on base. The document outlines various suspicious behaviors to report, such as unusual surveillance, unauthorized persons, and potential threats to security measures. It defines terrorism as the use of violence to instill fear for political, religious, or ideological goals. Different victim types are categorized, while emphasizing the importance of prompt reporting of suspicious activities to the 87th Security Forces. The pamphlet also introduces the concept of Force Protection Conditions (FPCON), which detail varying levels of security precautions based on the assessed threat, ranging from routine security to immediate action following an attack. Overall, the pamphlet serves as a critical resource for contractors at JB MDL to recognize risks and maintain a heightened state of awareness, contributing to the safety and security of military operations. It underscores the need for preparedness and prompt reporting in collaboration with security personnel.
    The Department of the Air Force has issued an Antiterrorism Guide for Contractors, emphasizing the importance of safeguarding personnel and resources against terrorist threats at Joint Base McGuire-Dix-Lakehurst (JB MDL). Contractors must comply with Department of Defense (DoD) antiterrorism standards and provide training for their personnel. Key responsibilities include ensuring strict control over personnel and vehicles, adhering to security protocols, and reporting suspicious activities via designated channels. The guide outlines various types of suspicious behaviors to report, such as surveillance, elicitation, and dry runs, alongside detailed instructions on what information to gather when making a report. Additionally, contractors are advised to familiarize themselves with local and federal reporting hotlines for suspicious activity and emergency contacts. Overall, the document underscores the collective role of contractors in maintaining a secure environment and fostering vigilance against potential terrorist actions within the JB MDL community.
    The document outlines the contractor access and security procedures needed to gain entry to Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. It establishes the requirements for conducting criminal history and background checks for personnel seeking installation access, detailing the protocols to be followed depending on the length of access required—whether for less than or more than 60 days. Contractors are mandated to submit an Entry Authority List (EAL) for personnel, which includes essential personal and contract-related information. Additionally, strict guidelines are in place for contractor vehicle access, stipulating required documentation, security checks, and entry procedures through designated checkpoints. There are special considerations for foreign nationals and contractors supported by the AF Industrial Security program concerning identification and credentialing. The document also discusses the establishment of temporary Free Zones during construction projects within restricted areas, ensuring security measures are implemented to maintain protected resources. Compliance with entry requirements, communication with relevant offices, and appropriate oversight are underscored to maintain security and operational integrity on the installation.
    This document outlines a Statement of Work (SOW) for the procurement of portable mass spectrometers to be utilized at two Commercial Vehicle Inspection locations on Joint Base MDL, New Jersey. The awardee is expected to provide all necessary equipment without installation or labor requirements. The primary item is two MX908 handheld mass spectrometers, designed for versatile chemical detection, alongside a collection of accessories such as sampling kits and training materials. The purchase includes a standard one-year warranty, supplemented by an extended four-year warranty, totaling five years of coverage. Equipment delivery will occur at a designated loading dock on base, as specified. Contact details for key personnel involved in the procurement process are also provided, ensuring clear communication for operational logistics. Overall, the SOW emphasizes a straightforward acquisition of essential detection equipment to enhance inspection capabilities at the specified locations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Explosive and Drug Detection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of explosive and drug detection equipment, including one desktop unit and two handheld devices. The desktop detector must be equivalent to the Bruker Detector Flex, capable of analyzing a wide range of drugs and explosives, while the handheld units should match the Bruker Detector Flex Roadrunner specifications, featuring similar detection capabilities and durability for various environmental conditions. This procurement aims to enhance detection capabilities at Keesler Air Force Base in Mississippi, supporting law enforcement and safety efforts. Interested parties, particularly women-owned small businesses, can direct inquiries to Eric Dismuke at eric.dismuke.1@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil, with proposals due as specified in the solicitation documents.
    Mass Spectrometer
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotations for a Brand Name or Equal Bruker Daltonics Mass Spectrometer Model timsTOF flex to replace a decommissioned unit within its Vaccine Production Program (VPP). This procurement is critical for maintaining and enhancing mass spectrometry capabilities that support vaccine development against infectious diseases such as HIV, Ebola, and Zika, particularly in light of recent global health challenges. The selected vendor must deliver the equipment within 30 days of contract award, and quotes are due by September 19, 2024. Interested vendors should direct inquiries to Uju Obii-Obioha at uju.obii-obioha@nih.gov or Linda Smith at linda.smith2@nih.gov for further information.
    66--DETECTOR KIT,GAS
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 12 units of a Gas Detector Kit (NSN 6665016278952). This solicitation aims to fulfill the need for reliable detection equipment, which is crucial for various military and defense applications. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and the deadline for delivery is set for 165 days after the order. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's Digital Bid Board System.
    Mass Spectrometry Bench
    Active
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) is soliciting quotes for a Mass Spectrometry Bench with Integrated Pump Enclosure to enhance operations at the San Juan Medical Products Laboratory in Puerto Rico. The procurement aims to replace outdated equipment with a newly manufactured, firm fixed-price item that includes specific features such as a 78.5" x 34.5" counter, noise enclosures, sliding platforms, and various storage options to improve laboratory ergonomics and maintenance efficiency. This equipment is crucial for optimizing laboratory functionality and reducing noise levels during operations. Interested vendors must submit their quotes by September 19, 2024, at 11:00 AM EST, and can direct inquiries to Warren Jackson at warren.jackson@fda.hhs.gov.
    PURCHASE OF PORTABLE ION TRAP MASS SPECTROMETER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of a Portable Ion Trap Mass Spectrometer from MASS TECH INC. This procurement is necessary to meet specific analytical requirements, as only one responsible source can fulfill the agency's needs. The Portable Ion Trap Mass Spectrometer is crucial for chemical analysis, falling under the NAICS code 334516 and PSC code 6630, and will be procured using Simplified Acquisition Procedures due to its estimated value not exceeding $250,000. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, with inquiries directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil.
    Calibration/Maintenance of TMET GC/MS Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking a contractor to provide a full coverage service agreement for the maintenance and calibration of two Gas Chromatograph/Mass Spectrometer (GC/MS) systems located at the DEVCOM Soldier Center in Natick, Massachusetts. The primary objective of this procurement is to ensure optimal performance and minimize downtime of the GC/MS systems, which are critical for accurate textile testing conducted by the Textile Materials Evaluation Branch. The contract will include annual preventative maintenance visits, software and hardware support from factory-trained engineers, and the provision of calibration certificates and service reports, with a performance period of one base year and three optional years. Interested contractors must submit proposals by 12:00 p.m. EST on September 23, 2024, and can direct inquiries to Chris Welsh at richard.c.welsh2.civ@army.mil or Timothy Konetzny at timothy.m.konetzny.civ@army.mil.
    Combined synopsis/solicitation for a Brand Name or
    Active
    Energy, Department Of
    The U.S. Department of Energy's National Energy Technology Laboratory (NETL) is seeking quotations for a Pfeiffer OmniStar Gas Analysis system, specifically a benchtop mass spectrometer, under a Total Small Business Set-Aside RFQ. This procurement aims to acquire a commercial item that meets the specified technical requirements outlined in the attached documentation, which is crucial for analytical laboratory operations. Interested vendors must submit their quotations, including all necessary supporting documents, via the FedConnect portal or email to the primary contact, Shannon Lynch, by 1:00 PM Eastern Time on September 25, 2024. For further inquiries, vendors are encouraged to submit questions electronically through FedConnect, adhering to the specified guidelines.
    MALDI-TOF Mass Spectrometer
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
    Thermo Scientific NitonXL5 PLUS XRF Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Thermo Scientific Niton XL5 PLUS XRF Analyzer, which includes a Mining/Minerals Elements Suite with the capability to detect Germanium. This equipment is crucial for the Air Force Radioactive Recycling and Disposal (AFRRAD) program at Wright-Patterson Air Force Base, as it will enhance asset analysis for disposition, recycling, and demilitarization, while also improving the Hazardous Waste Program by accurately assessing waste streams. Proposals must be submitted electronically by 1:00 PM Eastern Daylight Time on September 18, 2024, with inquiries directed to Matthew Bigelow at matthew.bigelow.1@us.af.mil. The procurement is classified as unrestricted, and the contract will be awarded based on the lowest total evaluated price that meets the technical requirements outlined in the Statement of Work.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.