Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2015 FBO #4892
SOURCES SOUGHT

66 -- Secondary Ion Mass Spectrometer (SIMS) - Sources Sought

Notice Date
4/15/2015
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, 25th Air Force, 25th AF/PK OL-P, 10989 South Patrick Drive, Patrick Air Force Base, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
FA7022-15-R-SIMS
 
Point of Contact
Michael W. Suchy, Phone: 3214949883, Kim M. Pattan, Phone: 3214945452
 
E-Mail Address
michael.suchy.1@us.af.mil, kim.pattan@patrick.af.mil
(michael.suchy.1@us.af.mil, kim.pattan@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought pdf SOURCES SOUGHT ANNOUNCEMENT CONTRACTING OFFICE ADDRESS: 25 AF/PK 10989 South Patrick Drive Patrick AFB FL 32925 1) INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of potential sources to include small businesses, as well as the following subsets: Small Disadvantaged Businesses; HUBZone Firms; Certified 8(a); Service-Disabled Veteran-Owned Small Businesses; and, Woman Owned Small Business to provide the required products and/or services. In accordance with FAR Part 10, Market Research, 25 AF/PK is seeking qualified sources capable of providing and installing a Secondary Ion Mass Spectrometer (SIMS), used to analyze materials to determine their elemental, isotopic, or molecular composition. 2) DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 3) REQUIRED CAPABILITIES: The contractor must demonstrate the capability to provide and install a Secondary Ion Mass Spectrometer (SIMS), used to analyze materials to determine their elemental, isotopic, and molecular composition with the following specifications, installation, and site preparation parameters: SIMS Performance Requirements: - Magnetic sector mass spectrometer with high mass resolution - Imaging mass spectrometer (also called an ion microscope) with software developed specifically for searching for and analyzing particles - Shall have automatic features which aid in alignment and allow settings for various conditions to be stored and recalled - Shall have post-acceleration to improve detection efficiency and a high-brightness duoplasmatron source for increased primary ion density - Shall have a two sample holder capacity airlock to allow a sample to be pre-pumped while a sample is being analyzed - Automatic Slits and Apertures with automatic secondary beam alignment - Stigmatic analyzer & Optical gating with higher density beams of reactive ions (Cs+ and O2+) Currently, there is no timeframe for any potential RFP release. Delivery and installation is expected within 12 months after award of contract. Installation The contractor shall install the SIMS instrument at the Schafer Vallecitos Laboratory/Advanced Environmental Measurements (SVL/AEM) facility. Location: Schafer Vallecitos Laboratory/AEM 6705 Vallecitos Road Sunol, CA 94586-0566 Heating Ventilation, Air Conditioning (HVAC): The contractor shall ensure the HVAC conditions meet the requirements of the SVL/AEM clean room. Electrical: The contractor shall install any requirements to the electrical outlets to support the new instrument. The contractor shall ensure the installation meets the following specifications: Electrical Requirements Specifications Nominal Voltage Three Phase 230 V + 5%, fluctuation <5%/10 sec Frequency 47 to 63 Hz Harmonics <5% Interface (isolated or recurrent impulse) <100V Pulses (Maximum Voltage) <260V/10ms Microbreaks (rms value) >190V/10ms The contractor shall purchase and install uninterrupted power supply (UPS) and transformer to support instrument use. The UPS shall be installed a minimum of 3m from the SIMS instrument. Instrument Chillers: The contractor shall purchase and install a closed-loop water cooling system and purchase one backup system. The contractor shall meet the following specifications: Chiller Requirements Specifications Flow Rate >6L/min Maximum Pressure 6 kg/cm2 Outlet/Inlet Pressure Differential 3 kg/cm2 Inlet Temperature >17o^C,19o^C Temperature Variations <1oC/hour Pressure Variations 0.1 kg/cm2/10 min Additional Support Equipment: Air Compressor: The contractor shall purchase and install air compressor to meet instrument requirements. Rough Pump: The contractor shall purchase and install rough pump to meet instrument requirements. Dry Nitrogen: The contractor shall purchase and install high purity dry nitrogen for instrument use. The nitrogen shall be connected using a demand regulator and copper tubing. Site Preparation The contractor shall provide any required site demolition, fixtures, and support equipment required to prepare the site for installation. The contractor shall provide rigging for removal of the current instrument, and delivery and installation, of the new instrument. The contractor shall provide and install specialized plumbing and sink to support instrument requirements. The contractor shall provide a chase aluminum frame and hardware to support instrument use. The contractor shall provide and install LED lighting for the new instrument space. The contractor shall complete a vibration and magnetic survey prior to installation. If vibration study indicates remediation to meet vibration requirements, anti-vibration measures shall be completed. The contractor shall meet the following vibration requirements: Vibrations Requirements (1 Hz bandwidth) Frequency Range <5µm peak to peak 0.1 to 2.5 Hz <10-3^ m/s2^ peak to peak 2.5 to 20 Hz <6x 10-6^ m/s peak to peak 20 to 200 Hz The offeror must provide a system that meets all the requirements listed above. 4) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING, with the corresponding size standard of 500 employees. To assist 25 AF/PK in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be used to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). 5) OMBUDSMAN AFFARS 5352.201-9101 (APR 2014): (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Christopher S. Williams, OL KC AFICA, 129 Andrews Street, Suite 102, Langley AFB, VA 23665-2769, Telephone: (757)764-2769, FAX: (757)764-6512, Email: christopher.williams.196@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) 6) SUBMISSION DETAILS: Vendors who wish to respond to this announcement should send responses via email NLT 4:00 PM Eastern Daylight Time (EDT), on 30 April 2015 to michael.suchy.1@us.af.mil. Please submit your UNCLASSIFIED capabilities package to michael.suchy.1@us.af.mil. Questions regarding this Sources Sought Synopsis may be submitted in writing by email to michael.suchy.1@us.af.mil. Verbal questions will NOT be accepted. The Government does not guarantee that questions received after 23 April 2015 will be answered. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall include: a) Business name and address; b) Name of company representative and their business title; c) Business Size and Type of Small Business (if applicable); d) Cage Code; e) DUNS Number; f) Capabilities statement package (no more than ten (10) pages) demonstrating ability to perform in accordance with paragraphs 3 and 4 above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/004e4e6e95fe927d84cecb1b6d2948db)
 
Place of Performance
Address: Schafer Vallecitos Laboratory/AEM, 6705 Vallecitos Road, Sunol, California, 94586-0566, United States
Zip Code: 94586-0566
 
Record
SN03700963-W 20150417/150415235335-004e4e6e95fe927d84cecb1b6d2948db (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.