SOLICITATION NOTICE
70 -- Syft Tracer i8 Selective Ion Flow Tube Mass Spectrometry (SIFT-MS)
- Notice Date
- 7/10/2025 9:46:20 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA IT PROCUREMENT OFFICE Greenbelt MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- 80TECH25Q0087
- Response Due
- 7/25/2025 2:00:00 PM
- Archive Date
- 08/09/2025
- Point of Contact
- Cory Rasnic, Kaelin Kelley
- E-Mail Address
-
cory.t.rasnic@nasa.gov, kaelin.w.kelley@nasa.gov
(cory.t.rasnic@nasa.gov, kaelin.w.kelley@nasa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The National Aeronautics and Space Administration (NASA) Information Technology Procurement Office (ITPO) intends to issue a sole source contract for the Syft Tracer i8 Selective Ion Flow Tube Mass Spectrometry (SIFT-MS) to: Syft Technologies Inc. 8510 Amy Ct Riverside, California 92504-4028, United States The Syft Tracer i8 Selective Ion Flow Tube Mass Spectrometry (SIFT-MS) system is uniquely capable of meeting the operational demands of NASA. It offers real-time, simultaneous detection and quantification of both positively and negatively charged ions. This enables the system to accurately analyze a wide range of analytes � including refrigerants, as well as volatile organic compounds (VOCs) like acetaldehyde, ammonia, and ethanol without the need to physically switch ion sources or reconfigure hardware. The statutory authority permitting other than full and open competition for acquisitions using the procedures in FAR subpart 13.5 is 41 U.S.C. 1901 due to Syft Tracer being the only fully integrated system with a combination of real-time dual-mode ion analysis, ppt-level sensitivity, automated multi-location sampling, and compatibility with the established test infrastructure. The Government intends to acquire a commercial product using FAR Part 12. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government. If parties choose to respond, any cost associated with preparation and submission of data, or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. Interested organizations may submit their capabilities and qualifications to perform the effort electronically via email to Kaelin Kelley, Contract Specialist, at kaelin.w.kelley@nasa.gov and Cory Rasnic, Contracting Officer, at cory.t.rasnic@nasa.gov no later than 4:00 p.m. (CDT) on July 25, 2025. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a50928364f6a4d40b329e89ec392a7bc/view)
- Place of Performance
- Address: Huntsville, AL 35808, USA
- Zip Code: 35808
- Country: USA
- Zip Code: 35808
- Record
- SN07505755-F 20250712/250710230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |