SPECIAL NOTICE
66 -- Compton Effect Experiment
- Notice Date
- 7/28/2006
- Notice Type
- Special Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-06-T-0109
- Response Due
- 8/10/2006
- Archive Date
- 8/25/2006
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE OF PROPOSED CONTRACT ACTIONS 27 July 2006 COMPTON EFFECT EXPERIMENT [X-RAY APPARATUS] BASE HARDWARE FA7000-06-T-00XX Department of the Air Force Contracting Flight/LGCB 8110 Industrial Dr, Ste 200 USAF Academy, CO 80840-2315 1. This notice will serve as notification of a solicitation for the following requirements: ITEM DESCRIPTION: Quantity Description 1 Ea Compton Effect Experiment [X-Ray Apparatus] Base Hardware Kit NAICS Code: 339111 2. This is a NAME BRAND OR EQUAL SPECIFICATION acquisition submitted as 100% small business set-aside. The Physics department has a requirement to purchase one (1) Compton Effect Experiment for Demonstration Purposes. The Compton Effect Experiment investigates the Compton shift of the wavelength of a photon upon backscattering. This topic is specifically taught in the modern physics course. USAFA currently does not have this capability. This is the purchase of the base experimental hardware [X-Ray Apparatus] to investigate the physics of the atomic shell. The United States Air Force Academy prefers the Klinger Educational Products Corporation equipment, catalogue number P6.3.3.7. Purchase of this equipment will allow purchase of other support equipment for the ability to perform 6 more experiments in addition to the Compton Effect. In addition to providing more experiments for the lab courses, this experiment is also a demonstration for several advanced physics courses. The demonstration equipment should consist of the general capabilities as shown below: -Be modular in design -Be able to verify the Compton shift of the wavelenth in a backscattering geometry In addition, this demonstration equipment should consists of these specific technical requirements as shows below: -Include an X-ray appraturs with -Tube high voltage: 0.0?35.0 kV (stabilized DC voltage) -Emission current: 0.0?1.0 mA -Visible X-ray tube with transillumination experments: -Built-in rate meter with: -maximum internal counting rate: 65,535 /s -maximum displayable counting rate: 9999 /s -voltage supply for Geiger-M?ller counter tube: 500 V fixed -gate time for rate meter: 1?999 /s -Digital displays for: -tube high voltage, emission current, counting rate, -sensor and target angle, scanning range, angular step width or measuring time per angular step -Automatic and manual goniometer scan modes -Angular resolution of goniometer control: 0.1? -Angular range for goniometer control: -for target: 0??360? -for sensor: -10??+170? -Lead-throughs: -high-voltage coaxial cable -BNC-coaxial cable -free channel for tubing, serial cable etc. -Outputs: -RS232 for data transmission to computer -analog output ANGLE proportional to scanning angle with -5 V/max. scanning angle for β≥0? (accuracy: ?3%) -analog output RATE proportional to counting rate with -5 V/10000 /s for β≥0? (accuracy: ?3%) -GeigerMuller counter tube for α, β, γ Radiation with: -Cutoff voltage: 350-380V -Mean operating voltage: approx. 500 V -Plateau length: approx. 200 V -Relative plateau slope: less than 5%/100 V -Dead time: less than 100 ms This is a 100% small business set-aside Name Brand or Equal requirement so all small business concerns that can meet or exceed the above detailed specifications are invited to submit their quotes via email and/or fax. This Notice of Proposed Contract Action is the only solicitation submitted for this requirement. No formal solicitation will be issued prior to award. All responsible sources may submit a response, which if timely received, will be considered by 10MSG/LGCB. It should be noted that faxed quotations will be accepted. The faxed quotation can be sent to (719)333-9103. Email quotations will also be accepted and can be emailed to cherish.driver@usafa.af.mil. 3. Faxed or emailed quotations are to be received at the Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy CO 80840-2315, no later than 3 PM (MST) on 10 August 2006. 4. This procurement is for the acquisition of a commercial item using simplified procedures in accordance with FAR Parts 12 & 13. 5. The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. Add to 52.212-2 "The government will award a purchase order resulting from this solicitation to only one source, Lancer Sales USA, Inc. The offer must conform to the solicitation and be the most advantageous to the government, price and other factors considered. However, all responsible small business sources may submit a proposal, which shall be considered by the agency. The following factors shall be considered: price and delivery. Please submit your quote on company letterhead with all pertinent point of contact information including CCR Cage Code, DUNS No., Tax Id No., and size/type of small business. In addition, your quote should provide unit price, total price, delivery date, and FOB Destination. If your company has a GSA contract, please provide the GSA Contract No. as well. Delivery requirement: FOB for this RFQ is Destination. Quotations received with FOB other than Destination will not be considered. Delivery/Ship To address: Transportation Officer ? FE7000 Transportation Officer 8110 Security, Door 11/12/13 USAF Academy CO 80840 FOB: Destination Delivery Date: 30-60 Days After Receipt of Order or Better Offeror must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, and no addenda applies. The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition, no addenda applies. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, 25, 26, 30 and (c) 1, 2. In addition, the following FAR and DFAR clauses are hereby incorporated by reference: FAR 52.204-7 Central Contract Registration; FAR 52.225-13 Restrictions on Certain Foreign Purchase; FAR 52.232-1 Payment; FAR 52.242-15 Stop-Work Order; FAR 52.247-35 FOB Destination; FAR 52.252-2 Clauses Incorporated By Reference; DFARS 252.225-7014 ALT I Preference For Domestic Specialty Metals (Jun 2005) ? Alt I; and DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: FAR 52.203-3 Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) and DFARS 252.232-7003 Electronic Submission of Payment Requests in addition to DFARS: 252.204-7004, Required Central Contractor Registration. The full text of any provision can be accessed electronically at http://farsite.af.mil. 6. Please refer any questions to Cherish Driver, Contract Specialist, at 719-333-3988 or Russ Jordan, Contracting Officer, at 719-333-6224.
- Place of Performance
- Address: Transportation Officer ? FE7000, Transportation Officer, 8110 Security, Door 11/12/13, USAF Academy CO 80840, FOB: Destination
- Zip Code: 80840
- Country: UNITED STATES
- Zip Code: 80840
- Record
- SN01100618-W 20060730/060728221004 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |