SOURCES SOUGHT
66 -- HPGe Gamma Spectrometer and Liquid Nitrogen Recycler
- Notice Date
- 5/20/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B081
- Archive Date
- 6/18/2015
- Point of Contact
- Kenneth H. Carpenter, Phone: 3214947041
- E-Mail Address
-
kenneth.carpenter.1@us.af.mil
(kenneth.carpenter.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT FOR INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-15-Q-B081 shall be used to reference any written responses to this sources sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 334516. The size standard for this NAICS code is 500 employees. The requirement is for the following three items: Item #1 of 3 Manufacturer: ORTEC Description: GAMMA-X Coaxial N-Type High Purity Germanium Gamma-Ray Detector in Reduced Background Pop Top Capsule with carbon fiber endcap Model: GMX50P4-83-RB Quantity: 1 each Additional Specifications: - Relative Photopeak Efficiency >= 50% - Energy Res. <= 2.2 keV FWHM @ 1.33 MeV - Peak to Compton >= 58:1 - Peak Shape <= 2.0 FW.1M/FWHM - Peak Shape <= 3.0 FW.02M/FWHM - Endcap size = 83 mm (3.25 in) Item #2 of 3 Manufacturer: ORTEC Description: Mobius Recycler - condensing liquid Nitrogen HPGe Detector Cooling System Model: MOBIUS-PT-DET Quantity: 1 each Additional Specifications: - Dewar capacity: 28 liters, excluding detector dipstick volume - Operating Temperature: 0 to 40°C. 20% to 90% relative humidity, non-condensing. - Must support either a vertical or horizontal dipstick cryostat - Refill period: system can run for at least 2 years without refilling - No recurring maintenance is required except cleaining a washable air inlet Filter - Display capable of being remotley mounted when the detector is placed in a lead shield - The control electronics and power supply are electrically isolated from the dewar, as is the cooler, and protected from LN2 spillage.protected from LN2 spillage. - A level sensor to provide a continuous measurement of the LN2 level from 0-100% full. - LN2 Holding time: Approximately 7-10 days for a typical detector in a Streamline cryostat if Möbius is full. Approximately 4-7days for a typical detector in a PopTop cryostat if Möbius is full. - LN2 Loss rate: Approximately 3 liters per day when cooler is off. Operates as a standard dewar when power loss occurs. Item #3 of 3 Manufacturer: ORTEC Description: Horizontal Cryostat (Dipstick type) for a Pop Top Capsule - 8.75" Model: CFG-PH4 Quantity: 1 each Additional Specifications: Length extended from 4" to 8.75" 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." 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. 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.). 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. 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. Include in your capabilities package your DUNS, Cage Code, and System for Award Management expiration date. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by fax to 321-494-1843, or by mail to 45 CONS/LGCB Attn: FA2521-15-Q-B081 1201 Edward H. White II Street, Bldg. 423, Room N206 Patrick AFB, FL 32925-3238 RESPONSES ARE DUE NO LATER THAN: 06/03/2015 / 4:00 PM EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B081/listing.html)
- Place of Performance
- Address: Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03737641-W 20150522/150520235031-bd95a3729e7ef3e996fb8dd69a5fa315 (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 |