SOURCES SOUGHT
66 -- Hardware and software for existing TA Instruments Q100 Differential Scanning Calorimeter (DSC)
- Notice Date
- 12/7/2012
- 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
- FA8601-13-T-0064ss
- Archive Date
- 12/29/2012
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565
- E-Mail Address
-
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@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, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned small businesses, that are capable of providing Hardware and software for existing TA Instruments Q100 Differential Scanning Calorimeter (DSC). 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 specific technical requirements are as follows: Hardware (power unit and Tzero press and die set kit) and software (Advantage Specialty Software) for existing TA Instruments Q100 Differential Scanning Calorimeter (DSC) i. System repair part and upgrade will restore operational capability to the currently non-functional instrument as well as provide new capabilities in measuring temperatures and heat flows associated with thermal transitions in a material ii. Hardware and software must interface with existing TA Instruments DSC and software iii. Requirements a. Power control unit 1. Compatible with 120 Vac, 50/60 Hz, 15 amps (standard) or 230 Vac, 50/60 Hz, 10 amps (if configured with a step-down transformer) 2. 1.44 kVA (max) energy consumption 3. Compatible with TA Instruments thermal analysis controller Q100-0022 (Part No. 920163.901) b. Press and die set kit 1. Combination die set for crimp and hermetic encapsulation 2. Magnetic attachment without requiring tools or user adjustments for sealing 3. Compatible with a wide variety of materials (including aluminum and gold Standard Series and Tzero pans and lids) c. Kinetics software 1. TA compatible analysis programs including the following: Borchard & Daniels DSC Kinetics (single scan), TGA Decomposition Kinetics (multiple scans), DSC Thermal Stability Kinetics (multiple scans), DSC Isothermal Kinetics (multiple scans), DSC Heat Capacity, and DSC Purity 2. Software output must display Arrhenius plots, half-life tables, rate constant versus temperature, half-life versus temperature, percent conversion versus time for specified temperatures, and conversion time versus temperature for specified conversion levels (isoconversion) 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. The NAICS Code assigned to this acquisition is 334516, with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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 be individually 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: Emmeline.Spaulding@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PKOAA POC: Emmeline Spaulding, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 11:00 AM Eastern Time, 12 Dec 2012. Direct all questions concerning this acquisition to Emmeline Spaulding at Emmeline.Spaulding@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0064ss/listing.html)
- Place of Performance
- Address: WPAFB, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02945121-W 20121209/121207234508-fb51999efa1d2f98b305a76f8b85ee16 (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 |