SOLICITATION NOTICE
66 -- FT-IR Imaging System
- Notice Date
- 11/25/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-15-T-0018
- Archive Date
- 12/24/2014
- Point of Contact
- Melanie A. Caines, Phone: 7193338087, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
melanie.caines@us.af.mil, Diana.South@us.af.mil
(melanie.caines@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy. This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 334516 and the size standard in number of employees is 500. The purpose of this notice is to identify companies capable and qualified to provide one FT-IR imaging system with the stated specifications to the U.S. Air Force Academy. All businesses capable of providing the FT-IR imaging systems are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. This will be a Brand Name or Equal acquisition and a firm fixed price contract is anticipated to be awarded. The Perkin Elmer FT-IR Imaging System or Equal System consists of the following salient characteristics: Item No. 0001 (1 Assembly) Perkin Elmer FT-IR Imaging System or Equal: Equal to or better than the following characteristics: •- Shall have at least adjustable pixel resolution with at least 6.25 µ m pixel resolutions in standard mode and 1.56 µ m in ATR mode. •- Transmission, reflectance and ATR modes •- Shall have an ability to make multiple measurements without the operator being present. •- Shall have a microscope attachment so that measurements can be made based on the microscope image, including selection of specific points on sample for analysis. •- Should allow for rapid imaging of a sample minimum 150 spectra/sec •- Microscope and FTIR unit should operate as a seamless unit, not 2 different systems forced to work together. •- Fully-automated focus, stage movement and illumination •- Shall have ATR accessory to allow for imaging of thicker samples (up to at least 10 mm) •- ATR tip shall be 500 microns or larger in size •- Include system training and set-up on site •- No mechanical move or realignment required to change between detector modes (visual light and IR); fully automated. •- ATR attachment shall be permanent and shall not require user installation (slide on or otherwise for use) •- Include a sample preparation kit or items for sample prep including in-situ biofilm samples •- Includes any slides (transmission, reflection) that might be needed for data collection •- Includes any polarizers required for optimal data collection. •- Includes accessories such as Gold mirror assembly, sample holder (at least 3 X 13 mm), rotatable cell holder, KBr windows or equivalent items •- Does not require/recommend annual calibration or service contract; is self-calibrating Item No. 0002 Unique item identifier label IAW DFARS 252.211-7003 Item Unique Identification and Valuation All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004 Alternate A, System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis. Delivery is FOB Destination to USAF Academy, CO 80840. The specifications for this requirement are included. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package. Interested businesses shall provide the following information: •1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address. •2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc. •3. Appropriate written information and/or data supporting your capability to provide the stated FT-IR imaging system. •4. Answers to the following questions: (include questions below as applicable, otherwise delete. Add any questions specific to the acquisition not included below). •a. How long have you been in business? •b. Have you provided this item in the past? c. Are you a manufacturer or supplier of the item? d. What is your lead-time for delivery? e. Have you ever performed Government contracts? f. What are your payment/discount terms? Do you offer an educational discount to universities? g. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. h. Where are the components manufactured? i. What is your estimated cost for this requirement? You will not be held to this price, it is only for market research purposes. j. Are operating and maintenance manuals, or any other items, included? k. Do you offer warranty coverage? If yes, provide further details. l. Are you familiar with IUID labeling? If so, do you provide this and how much do you charge? m. Is your product Buy-American Act compliant? n. Is your product an "off the shelf" item? This notice is designed to locate responsible sources that have an interest, and have the ability to supply the item described herein. If your firm is capable and qualified to provide the FT-IR imaging system, send the required response in writing to the primary point of contact indicated within this announcement. Responses are due no later than 9 December 2014, 1:00 p.m. Mountain time by e-mail. Questions and responses should be addressed to the primary contact, Melanie Caines, Contracting Specialist, 719-333-0809 or melanie.caines@us.af.mil or the alternate point of contact, Diana Myles-South, Contracting Officer, 719-333-8650 or diana.south@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-15-T-0018/listing.html)
- Place of Performance
- Address: Transportation Office, Bldg. 8110, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03581955-W 20141127/141125234650-41b35df9281bbc0f8c28ee764573bb08 (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 |