Safety Air Monitoring Replacement Gas Chromatograph (GC) Phase III
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, MICC-Dugway Proving Ground, is seeking to procure a Gas Chromatograph (GC) instrument for Safety Air Monitoring (SAMARS Phase III) to replace existing MINICAMS instruments. This is a sole-source acquisition for a supply contract, anticipated to be valued at or below the Simplified Acquisition Threshold (SAT). Quotes are due by March 31, 2026, at 10:00 AM MDT.
Scope of Work
The requirement is for one GC instrument with specific technical specifications, including:
- A detector capable of identifying halogen-containing chemical agents and compounds without phosphorus or sulfur.
- MXT-1701 phase chromatographic column.
- Air sampling Quick Change Trap Module (at least 500mL/min flow).
- External mass flow controller with data capture.
- Oven programmable from ambient to 400°C.
- Cycle time of 15 minutes or less from injection to injection.
- Visible and audible alarms for system faults and sample concentration detections.
- Integrated GC engine, NUMAVIEW with touchscreen display, processor, and storage.
- Data logging capability for instrument set points and measured values.
- Automatic calibration feature (single or multi-point).
- Heated exhaust to prevent water expulsion.
- Sample bypass capability (minimum 500mL/min flow).
- Approximate dimensions: 17" x 11" x 8.5"; weight: 25 pounds. The procurement also includes one spare column module, detectors, non-recurring engineering, and domestic packing/handling.
Contract & Timeline
- Contract Type: Supply contract for commercial items (Request for Quote - RFQ).
- Set-Aside: Sole Source.
- Place of Performance: Dugway, UT 84022, United States.
- Delivery: By September 30, 2026, or upon customer notification.
- Quotes Due: March 31, 2026, 10:00 AM MDT.
- Published Date: March 24, 2026.
Submission & Evaluation
Offers must be submitted via email to nneka.okeke-stubbs.civ@army.mil. Mail and facsimile quotes will not be accepted. The Government intends to award without negotiations to the lowest priced offeror that meets the required specifications. Pricing will be validated for fairness and reasonableness. Offerors must hold prices firm for 60 calendar days.
Additional Notes
This acquisition is justified as sole source due to the unique capabilities of the Falcon GC, identified as the only commercially available instrument meeting the specific detection requirements, portability, and integration needs. Contractors must be registered, active, and valid in SAM.gov at the time of award and meet the small business size standard for NAICS code 334516 (1000 employees). Offerors must complete and return FAR 52.209-11.