SOURCES SOUGHT
66 -- Alpha Beta Counting System (for nuclear measurement)
- Notice Date
- 9/24/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-12-T-0344-SS
- Archive Date
- 10/25/2012
- Point of Contact
- Brian Smyser, Phone: 937-522-4556
- E-Mail Address
-
brian.smyser@wpafb.af.mil
(brian.smyser@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing an Alpha-Beta Counting System for nuclear measurement. Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The required specifications for the Alpha-Beta Counting System: Gas-less Proportional Counter: (Minimum Requirements) 1. Must perform gross alpha/beta counting without use of P-10 gas 2. Must use PIPS (passivated implanted planar silicon) detector 3. Must have automatic sample changer 4. Must be able to load >49 samples and expand to 100 samples 5. Must automatically identify and compensate for radon/thoron daughters and progeny interferences in air samples 6. Must have battery back-up for 6+ hours 7. Must be on mobile stand with printer table/crate 8. Must have shielded counting chamber 9. Shielding must be at least four inches thick and be interlocking 10. Must have cosmic radiation guard detector to lower background counts 11. Must accommodate sample sized from 25 mm-60 mm in diameter 12. Must have integrated printer 13. Must include a minimum of 50 additional sample carriers 14. Will be configurable to a minimum of 10 different counting procedures 15. Will enable automatic system calibration, alpha efficiency, beta efficiency and background 16. Data download to computer or laptop via USB/RS232/iLink/iSeries via firmware. 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: Brian.Smyser@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PKOAA POC: Brian Smyser, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 10 Oct 2012. Direct all questions concerning this acquisition to Brian Smyser at Brian.Smyser@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-12-T-0344-SS/listing.html)
- Record
- SN02896148-W 20120926/120925002529-9b6d4b569dd2dac5c106bb3c86f7a714 (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 |