Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2011 FBO #3536
SOURCES SOUGHT

66 -- Atomic Force Microscope

Notice Date
7/29/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0226(ss)
 
Archive Date
8/23/2011
 
Point of Contact
Jennifer R. Begg, Phone: 9375222277
 
E-Mail Address
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing research grade atomic force microscope. Firms responding shall specify that their equipment meets the 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 required specifications for the microscope consist of the following: • Must be compatible with currently owned AFM mode accessories which include Extended Tunneling AFM (TUNA), Scanning Spreading Resistance Microscopy (SSRM), Scanning Capacitance, and Thermal AFM • Must provide force curve acquisition at a rate of at least 2000/sec • Must provide real time extraction of quantitative nanomechanical properties (adhesion, modulus) • Must easily accommodate large samples, at least 4" diameter (102mm) • Must provide a scan size of at least 80umx80um in X-Y and 7um in Z • Must perform imaging in fluids, or have the upgrade capability to do so • Must come with both acoustic and vibration isolation • In the event that the instrument is not functioning properly, phone service must be available within 24 hours and instrument repairs must be provided within two weeks All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. 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 Government 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. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Jennifer.Begg@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Jennifer Begg, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 9:00 AM Eastern Standard Time, 08 August 2011. Direct all questions concerning this acquisition to Jennifer Begg at Jennifer.Begg@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0226(ss)/listing.html)
 
Record
SN02515447-W 20110731/110729235047-b723c1a7242276e3903bcad3bcf6a69a (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.