SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS Code: 334516 with a Small Business Size Standard 1,000 employees for an upcoming requirement to provide Brand Name or Equal to Thermo Scientific Neoma MC-ICP-MS/MS. The following specifications are required but not limited to:
1.The instrument shall be double-focusing ion optics (e.g. both electrostatic and magnetic sectors).
2.The instrument shall have an operating mass range of the instrument (m/z) shall be at least 4-300.
3.The instrument shall have an argon inductively coupled plasma ion source with a solid-state radio frequency (RF) generator with adjustable power between 400 - 1800 W.
4.The instrument shall have a jet interface with oil-free high performance interface pump.
5.The instrument shall have an interface compatible with nickel Jet sample cone and X skimmer cone.
6.The instrument shall have a water-cooled magnet.
7.The instrument shall have all heaters and cooling fans for the baking system integrated into the instrument enclosure.
8.The instrument shall have 11 total Faraday cups with a single fixed axial dual-mode detector (Faraday/SEM) and 10 movable Faraday cups (L5-L1/AX/H1-H5).
9.The instrument shall have eleven 10^11 ohm amplifiers with a 100V dynamic range.
10.The instrument shall have eight 10^13 ohm amplifiers.
11.The instrument shall have extended dispersion zoom lens to accommodate multi-ion counting applications (Os-Pb-U).
12.The instrument shall have an MS/MS option made up of a collision/reaction cell with a pre-cell mass filter.
13.The instrument shall have a multi-ion counting system (MIC Package N Neoma Geo) for Pb-U-Os triple application.
14.The instrument shall have a Retarding Potential Quadrupole (RPQ) for the axial SEM for ultrahigh (< 50 ppb) abundance sensitivity.
THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary.
Responses to this announcement are requested from (1) Indian Small Business Economic Enterprise (2) SBA certified Small Business HubZone firms; (3) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (4) Service-Disabled Veteran-Owned small Business firms; (5) Small Businesses.
In response to this announcement, please indicate your firm's socioeconomic status (e.g. ISBEE, small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy.
A firm is considered small under NAICS Code 334516 with a Small Business Size Standard 1,000 employees. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (5) above, any solicitation may be issued as unrestricted without further consideration.
Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including SAM UEI NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (same /similar equipment to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS.
Your company must have a SAM Unique Identifier number and be registered on-line at the System for Award Management (SAM).
All responses must be submitted NLT June 6, 2025 at 5:00pm ED via e-mail to: sdoutt@usgs.gov.
This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.