SOURCES SOUGHT
66 -- Axios Advanced X-ray flourescence spectrometer
- Notice Date
- 8/4/2010
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- F1ATPB0189A001
- Archive Date
- 9/1/2010
- Point of Contact
- Robert Neeb, Phone: 9375224503
- E-Mail Address
-
robert.neeb@wpafb.af.mil
(robert.neeb@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/PKOB, Wright-Patterson AFB, Ohio is seeking potential sources to provide one (1) Axios Max Advanced Sequential Wavelength Dispersive X-Ray Fluorescence Spectrometer for delivery to HQ AFPET/PTPLA (Wright-Patterson AFB, Ohio). Lacking technically acceptable, competitive sources of supply, the Government currently intends to solicit only one source. Firms responding should specify their products which meet the technical specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The requirement specifications are as follows: The requested Axios Max Advanced Sequential Wavelength Dispersive X-Ray Fluorescence spectrometer (Item Number: 9430 644 00042) will be used to test every aircraft incident and unknown sample received by HQ AFPET/PTPLA. The instrument is also used to quantify sulfur and lead in ground fuels and aviation gasoline in accordance with military specifications and ASTM methodology. Additionally, the instrument is used to conduct investigations into aircraft mishap causes and product contamination. The instrument should include the following: SST-MAX super sharp 50 X-ray-tube RH 4 KW, turret sample handling with airlock chamber, high precision DOPS (Direct Optical Position Sensor) goniometer, direct loading, vacuum system, flow proportional and Hi-Per scintillation detectors, dual multi-channel analyzer (DMCA) counting electronics with on-board digital processor, Integrated X-Y-Z sample changer for up to 8 removable sample trays, sealed spectrometer cabinet with thermal stability control system, SuperQ analytical software, two 37 mm aperture sample holders with 41 mm centering inserts, heavy duty wheels for easy mobility and an umbilical cord for power, gasses and water supplies interfacing with a wall unit for easy installation and maintenance, high-end computer with monitor, desk jet color printer and water cooled water chiller, air compressor and helium adapter. The vendor is responsible for shipment, installation and calibration of one unit each to HQ AFPET/PTPLA (Wright-Patterson AFB, Ohio). In addition, the vendor should include instrument standardization and calibration specifically targeting products analyzed by AFPET Aerospace fuels laboratories. In effect, the instrument will be configured by the manufacturer in such a way as to literally be a turn-key system whereby laboratory analysts will immediately be able to perform analysis without any method or calibration development. Firms responding should indicate whether they are, or are not, a small business, and what type of small business (i.e. women owned, hub zone, etc). The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Air Force reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: robert.neeb@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOB. POC: Robert Neeb, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 5:00 p.m. Eastern Daylight Time, 17 Aug 2010. Direct all questions concerning this acquisition to Robert Neeb at (937) 522-4503.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F1ATPB0189A001/listing.html)
- Place of Performance
- Address: 2430 C. Street, Bldg. 70, Area B, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02228412-W 20100806/100804234843-5191a2e4dc49b980acbfebfbff92b4c6 (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 |