Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOURCES SOUGHT

66 -- Photon Detector

Notice Date
1/9/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-0094
 
Archive Date
2/10/2015
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force is seeking 8(a), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) sources for supply of free-running photon counter laboratory equipment. This is a Sources Sought Notice and is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from responses to this notice may be used in the development of an acquisition strategy and future RFP. If adequate responses are not received, the acquisition may be solicited on an unrestricted basis. This is a sources sought for planning purposes only. Though not assured or guaranteed, it is anticipated that a combined synopsis-solicitation for this requirement will posted to the Federal Business Opportunities website http://www.fbo.gov under reference number FA8751-15-Q-0094 on or about early February 2015. Potential offerors are encouraged to become familiar with the requirement and to check the Federal Business Opportunities site for updates to this notice. The associated NAICS code 334516 has a size standard 500 employees. Since no waiver is known to exist for the item required, the non-manufacturer rule will apply to this effort. The non-manufacturer rule is an exception to manufacturing performance requirements, and provides that a firm that is not a manufacturer may qualify as a small business on a supply contract set aside for small business if, among other things, it supplies the product of a small business. This requirement will be fulfilled using the procedures of FAR 12 and FAR 13.5. The evaluation factors for contract award will be (i) PRICE, (ii) PAST PERFORMANCE, and (iii) TECHNICAL ACCEPTABILITY (consisting of products offered, authorization/certification by product manufacturers, warranty, and method to fulfill integration, installation, and technical support). DESCRIPTION A turn-key, free-running photon counter designed and built to the following specifications is required: Free space 500 microns diode, quantum efficiency up to 80%at 800 nm, Dark count rate < 200 Hz, response range from 350-100nm, large active area detector (~500 um), timing resolution less than 1000 ps (nominally 400 ps or less), deadtime of ~1 us, output pulse (TTL, NIM, LVTTL, and variable are all acceptable), output pulse width of a nominal ~100 ns, temperature range of -40-70 C, quantity 4 (P/N id120-500-800-UL N) Free-running InGaAs/InP single photon detector module with <50 Hz Dark count rate at 10% Quantum efficiency, <200 Hz Dark count rate at 20% quantum efficiency at 1.5 um, operating wavelength range of 900-1700nm, adjustable deadtime from 1us-100us, adjustable detector temperature from -50C to -100C, less than or equal to 5% afterpulsing probability, output pulse LVTTL, must meet these specs while operating in free running mode; SMF fiber input (FC/PC), quantity 4 (P/N id230-FR-SMF) Pulse shaper: leading edge converted to a sharp negative pulse; consisting of A-PPI-D, 20 dB attenuator and SMA/BNC adapter, quantity 4 (P/N A-IDQ) 8 channel time to digital converter with 81 ps time resolution, count rates of 12.5 MHz,integrated coincidence counter, data transfer rates of 2.5 MHz, minimum pulse interval 5.5 ns, minimum pulse width 4 ns, input connectors BNC, LVTTL inputs, with GUI interface for Linux and Windows, quantity 1 (P/N id800-TDC) The parts items and required performance characteristics detailed above represent a technical solution that is known to fulfill the Government's requirement. Although the list of materials is based on id Quantique products, offerors will be able to propose "brand name or equal" products (reference FAR 52.211-6). Proposals which include alternatives to the products identified in the description must be accompanied by technical documentation in sufficient detail for the Government to evaluate compliance with the performance characteristics of this known solution (reference FAR 52.212-1(b)(4)). The required performance characteristics reflect the minimum salient physical, functional, or performance characteristics that reflect the characteristics and level of quality that will satisfy the Government's needs. RESPONSE PROCEDURES Prime contractors who are 8(a), HUBZone, WOSB, EDWOSB, SDVOSB, or SB concerns and who intend to submit a proposal for this notice MUST submit the following by 3:00 p.m. EST, 26 JANUARY 2015: (1) a positive statement of your intention to submit a proposal for this notice as a Prime Contractor, and status as either a small business domestic manufacturer or a reseller of a small business domestic manufacturer's item; (2) dated letter or certification from the appropriate competent jurisdiction that evidences 8(a), HUBZone, WOSB, EDWOSB, and/or SDVOSB participation and/or certification such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov.); (3) a technical package including a listing of equipment components with technical and performance specifications data in sufficient detail for the government to evaluate compliance with the performance characteristics of the known solution; and (4) past performance information illustrating your firm's experience in work or supplying items of similar type and scope identified above, to include contract numbers, project titles, dollar amounts, and points of contact with their current phone numbers All of the above must be submitted in sufficient detail for a decision to be made on the availability of interested 8(a), HUBZone, Woman-Owned (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Small Business (SB) concerns. Failure to submit all information requested would result in a contractor being considered ‘not interested' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their documentation to the attention of Ms. Janis Norelli, Small Business Specialist, tel 315-330-3311, 26 Electronic Parkway, Rome NY, 13441-4514. Technical questions may be referred to Richard Childres at 315-330-4194, Email richard.childres@us.af.mil or Bryant Soule, 315-330-4723, bryant.soule@us.af.mil. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-0094/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03612721-W 20150111/150109234254-b9646372971aaafc2acba64ed6e33cc6 (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.