Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2012 FBO #3925
SOURCES SOUGHT

66 -- Spectrometer and Detector

Notice Date
8/21/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0291
 
Archive Date
8/30/2012
 
Point of Contact
Timothy G. Wilhelm, Phone: 9375224555
 
E-Mail Address
timothy.wilhelm.2@us.af.mil
(timothy.wilhelm.2@us.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 a spectrometer and detector. The spectrometer and detector is needed for spectroscopic characterization of optoelectronic components and devices spanning a wavelength range from the optical to the mid infrared. Firms responding should specify that their product 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. Specific requirements include: A spectrometer and detector shall be supplied by the same manufacturer and have the ability to be integrated with one another to be used together as one research system. Spectrometer: • Spectrometer minimum focal length 0.5 meters • Grating turret capacity: 3 • Data acquisition software for spectrometer and detector • Computer interface (spectrometer and detector): USB • Ports: 1 entrance and 2 exit • Linear Dispersion less than 1.5 nm/mm • Wavelength Accuracy: less than or equal to 0.1nm • Resolution with 20 micron CCD pixel: less than 0.075nm • Resolution with 10 micron slit: less than 0.04nm • Light leakage maximum: 0.001% • Grating Size greater than 65 x 65 mm • Astigmatism: less than 200 micron • Grating mount: Interchangeable triple grating mount • Aperture ratio: Between f/8 - f/10 Detector: • Liquid Nitrogen cooled InGaAs CCD detector • Detector pixel size 25 microns wide or smaller • Detector pixel array size: 1024 x 1 • Detector spectral range: 1 - 1.6 micron • Detector spectral rate: 900 spectra/second or higher • Detector minimum exposure time: 25 microseconds • Detector Dark Rate Maximum: 5ke/p/s • Detector Read out noise maximum: 6000 e • Detector Digitization: 16 bits 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: timothy.wilhelm@wpafb.af.mil in a Microsoft word compatible format to be received no later than 12:00 P.M. Eastern Standard Time, 29 August 2012. Direct all questions concerning this acquisition to 1st Lt Timothy Wilhelm at timothy.wilhelm@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0291/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02849277-W 20120823/120822001153-878623e5b0700b4ddc36bf6bf8f1af9a (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.