PORTABLE DISSOLVED GAS ANALYZER
This is a sources sought notice for acquisition planning purposes only and no formal solicitation exists at this time. This is NOT a request for proposals and is NOT to be construed as a commitment by the Government. All businesses, regardless of size, capable of providing these items are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work as well as their technical, administrative, management, and financial capability. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular whether a set-aside is warranted or an alternate procurement strategy.
The applicable North American Industry Classification (NAIC) code is 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables and the Small Business Size Standard is 750 Employees.
Proposed Project:
The Bureau of Reclamation (Reclamation), Lower Colorado Region has a requirement for the purchase of a Portable Dissolved Gas Analyzer for mineral based pad mounted transformers. The unit will be a brand name or equal to either Myrkos Portable DGA Micro GC or the Kelman Transport X2. Submissions are required to be in accordance with the following specifications:
Deliverable 1. Portable Dissolved Gas Analyzer
a. Must be compatible with mineral based oil and ester based fluids (natural and synthetic)
b. Measurement system type required will be either one of the following:
- Dual-channel Gas Chromatography, 4th Generation or;
- Photo-acoustic Spectroscopy, 4th Generation
c. Measure and monitor with accuracy and repeatability of Fault Gases.
d. Measure and monitor with accuracy and repeatability the Oil/Moisture content.
e. Measurement and Frequency
- Variable settings for sampling
- Data management
- Time and date stamped and data storage
f. Ruggedized carrying case
g. Environmental Requirements
- Operating temperature: 5 to +50°C
- Operating humidity: 10% to 95% relative humidity
- Oil inlet pressure: 0 to 40PSI
- Storage temperature: 0 to +75°C
- Storage Humidity: 10% to 95% relative humidity
h. Power Requirements
- Voltage: 115 - 240VAC
- Rechargeable Battery System
- Frequency: 60Hz
- Power: 700W (Max.)
i. Standard Accessories for initial start-up purchase
- Consumables for start-up
- Calibration gas/kit
- Syringes/Sampling kit
- Field Kit
- Cables, controllers, hoses, as required for hook up
Deliverable 2. Production Documentation
a. Five (quantity) of each in paper format and one of each in electronic format:
- Operations and Maintenance Manual
- Calibration Chart
- Equipment Parts list and/or manual
Deliverable 3. Warranty and Training
a. Warranty
- Standard Manufacturer's Warranty
b. Training
- Onsite: classroom and "on the job" training
- Provide all training aides
- Training for up to 5 personnel
Capability Statement/Package:
All qualified concerns may submit capability statements for consideration. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of such offerors to perform this type of work. The capability statements will be used to determine appropriate procurement strategy, in particular whether a set-aside or an alternate procurement strategy is warranted.
Interested sources are welcome to submit a capability statement package to include the following information:
1. Name and address of Firm
2. Phone number
3. Email Address
4. Unique Entity ID Number (Formerly the DUNS Number)
5. Statement as whether the firm manufacturers the end product or not.
6. Identify if the product is American made or not.
7. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
8. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the company's capability to perform the work. Previous procurements performed of similar size and complexity to include references with point of contact information. Customary lead times for these types of items. Any known or foreseeable issues with manufacturing these types of items and where they are manufactured.
The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of potential contractors for solicitation planning purposes only. Information provided by industry in response to this announcement is voluntary. The Government will not pay for any information submitted in response to this sources sought notice.
Interested sources should submit their capability statement on or before 12:00 PM local time, July 24, 2025. All responses to this sources sought notice shall be provided to Kathy Berry, Contract Specialist, via e-mail at kberry@usbr.gov. The subject line shall clearly reference the Solicitation Number (140R3025Q0091) associated with the announcement. If you have any questions, please contact Ms. Berry at kberry@usbr.gov.
When it is determined that a formal solicitation will be issued, a pre-solicitation notice will be posted on System for Award Management (SAM), as required by FAR 4.1102, will apply to any resulting procurement. Prospective contractors must be registered in SAM at the time an offer or quotation is submitted. Lack of registration in the SAM database may make an offeror ineligible for award. Information on SAM registration can be obtained at the following web address: https://www.sam.gov