Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
SOURCES SOUGHT

66 -- Purchase 1 each Space Plasma Diagnostics Teaching Hardware System

Notice Date
7/25/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
F4F5AV7200A001-thack
 
Response Due
8/6/2007
 
Archive Date
8/31/2007
 
Small Business Set-Aside
N/A
 
Description
**This notice constitutes issuance of a Request for Information (RFI) and is NOT issuance of a Request for Quote (RFQ).** SOURCES SOUGHT ? This is a Sources Sought Synopsis; these is no solicitation available at this time. Request for solicitation will receive no response. The purpose of publishing a sources sought synopsis is strictly for Market Research purposes. All information gathered will be used to identify potential sources meeting the objective. The Air Force Institute of Technology (AFIT/ENY) is currently researching for potential sources capable of providing a Space Plasma Diagnostics Teaching Hardware System that meets the following minimum specifications: PURPOSE: The purpose of this system is to apply the principles used as established diagnostic and measuring techniques to characterize space propulsion devices. The system is specifically designed to be used as a means of teaching the students about the plasma dynamics and performance of satellite thrusters. GENERAL: The requirement is for a diagnostic system capable of measuring the particle fluxes in an ion satellite thruster. The specific diagnostic tools required for the system are a Langmuir probe, a Faraday Cup, a Retarding Potential Analyzer, a Wein Filter (ExB) probe and a Z-translation stage. The system will have automatic data acquisition and analysis software for the extraction of pertinent statistics to describe the flow. The equipment design shall consider the OSHA and any other applicable specifications and safety standards. The materials and component parts shall be of good commercial quality, consistent with the performance required from the components. Workmanship shall be consistent with best commercial practice. The equipment shall be fully integrated, installed and demonstrated on site. The contractor shall provide training on proper usage of the equipment and all associated software. OVERALL DIMENSIONS: The system will be used in the AFIT High Vacuum Laboratory at Wright-Patterson AFB, Ohio. This facility includes a two-meter diameter vacuum chamber where the instrument will be installed. EXPERIMENTAL FLOW FIELDS: The specific flow fields include low to moderate plasma densities (200 -1500 W Hall Effect Thruster). MINIMUM EQUIPMENT: The following specific testing equipment has been identified in order to perform the required plasma characterization. The system shall include: 1. Cylindrical langmuir probe, power supply, control system, data acquisition system and linear motion drive module 2. Faraday probe with XY translation stage, in and out of vacuum cabling, vacuum feedthroughs, coolant fixtures and coolant feedthroughs, software and a computer for both control and data acquisition 3. Retarding Potential Analyzer and associated components, programmable electrometer capable of sourcing from +100V to -1000V in 50mV steps 4. Wein Filter (ExB) probe, power supply, software and data acquisition system 5. Z-Translation stage capable of moving the Hall Effect Thruster, min tow foot travel. SETUP, INTEGRATION AND TRAINING: Setup and integration of the system at the Air Force Institute of Technology, WPAFB, OH to include training on the proper safety and use of the system in the identified flow field. Foundation work, or other types of building alterations and permits to the final location, as required, is the government?s responsibility. Service connections consisting of water, air drains and electrical power through disconnect switches to the required locations are also the government?s responsibility as well as interconnecting materials. OPERATION AND MAINTENANCE MANUAL: Shall be provided by the contractor. The manual shall consist of the following: Electrical drawings. Major component vendor literature. General arrangement drawing or descriptive literature. Calibration instruction. Operating instruction. INSTALLATION AND DELIVERY: Vendor will deliver the item to AFIT/ENY, Wright-Patterson AFB, Ohio. Requested estimated delivery is 12-16 weeks after receipt of the order. NOTE: Small-businesses capable of providing this item are encouraged to respond to this Sources Sought Synopsis. HUBZone, Service Disabled Veteran Owned (SDVOB), Women Owned, Veteran Owned, and 8(a) are also encouraged to reply. All sources responding must indicate their size standard size status in relation to the North American Industry Classification System (NAICS) code. **Point of contact for this Request for Information (RFI) is Mrs. Yvonne Thacker, AC937 522-4531. Information can be e-mail the yvonne.thacker@wpafb.af.mil or faxed to AC937 656-1412 Attn: Yvonne Thacker. No special format or form is required for your information; however, you must include your NAICS code size standard, business name, and contact information.** ALL INFORMATION IS DUE BY 4:00 PM EDST 06 Aug 2007. For more information on "Purchase 1 each Space Plasma Diagnostics Teaching Hardware System", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5327
 
Web Link
Purchase 1 each Space Plasma Diagnostics Teaching Hardware System
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5327)
 
Record
SN01351927-W 20070727/070725221333 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.