Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2016 FBO #5377
SOURCES SOUGHT

66 -- Sources Sought for Installation, Familiarization, and Repair of Gas Physisorption Analyzer

Notice Date
8/11/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-16-T-0342
 
Archive Date
9/1/2016
 
Point of Contact
Cristina M. Watkins, Phone: 3013942529, DeAnna Sivage, Phone: 301-394-0753
 
E-Mail Address
cristina.m.watkins.civ@mail.mil, deanna.m.sivage.ctr@mail.mil
(cristina.m.watkins.civ@mail.mil, deanna.m.sivage.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. Performance Work Statement (PWS) C.1 Background The Army Research Laboratory (ARL) requires delivery, installation, and user familiarization to Government Personnel of a new Gas Physisorption Analyzer at ARL's Aberdeen Proving Ground (APG). Furthermore, ARL requires a product support plan which will provide an extended warranty of the new instrument with parts, labor, and travel expenses of the repair. C.2 Objective The Contractor shall complete delivery, installation, and user familiarization to Government Personnel of the Gas Physisorption Analyzer. The Contractor shall provide extended warranty, parts, labor, and travel expenses for repair of the unit as necessary C.3 Equipment Requirement C.3.1 The Contractor shall deliver a Gas Physisorption Analyzer that meets the following requirements within eight (8) weeks after date of contract (ADC): C.3.1.1 Shall possess three-station physical adsorption analyzer with continuous vapor pressure (Po) reading for determining specific surface area and pore size distribution of varied ceramic powders. C.3.1.2 Shall possess ability to use nitrogen (N2), argon (Ar), CO2 (carbon dioxide), CO (carbon monoxide), butane or other non-corrosive gases. Instrument shall either be able to use krypton (Kr) or be upgraded to use krypton as a measurement gas. C.3.1.3 Shall measure surface areas as low as 0.01 meters squared per gram (m2/g) using nitrogen and measure pore size distributions from 17 to 5000 angstroms (Å). C.3.1.4 Shall possess a variety of techniques and data outputs including: C.3.1.4.1 Single-point BET (Brunauer-Emmett-Teller) surface area C.3.1.4.2 Multi-point BET surface area (able to dictate number of data points) C.3.1.4.3 Adsorption Isotherms C.3.1.4.4 Desorption Isotherms C.3.1.4.5 Langmuir surface area C.3.1.4.6 BJH (Barrett-Joyner-Halenda) mesopore volume C.3.1.4.7 Micropore volume & area C.3.1.4.8 Total pore volume C.3.1.4.9 Pore Size distributions from 17 - 5000 angstroms (Å) C.3.1.4.10 deBoer t-plot etc. (statistical thickness) C.3.1.4.11 αs plot, micropore surface area C.3.1.4.12 Reference Isotherms C.3.1.4.13 Heat of Adsorption C.3.1.4.14 F-Ratio Plot C.3.1.4.15 Density functional theory analysis including: Freundlich &Temkin, Dubinin-Astakhov, Dubinin-Radushkevich C.3.1.5 Shall perform at least three (3) independent sample analyses C.3.1.6 Shall possess pressure transducer calibration traceable to National Institute of Standards and Technology (NIST) standards C.3.1.7 Shall possess real-time performance indicators C.3.1.8 Shall possess flexible free space and pressure modes C.3.1.9 Shall have six (6) separate port degassing stations for sample preparation, separate from measurement apparatus C.3.1.10 Shall have a method to maintain cryogen level on sample tube allowing for a minimum of twelve (12) hours of unattended analysis C.3.1.11 Shall have two (2) stage mechanical vacuum pump and corresponding hoses C.3.1.12 Shall possess comprehensive characterization of microporous carbons C.3.1.13 Shall ensure report editing and simple data export. Shall be able to convert and analyze previously collected data from the current instrument that is being replaced. (Micromeritics Accelerated Surface Area and Porosimetry System (ASAP) 2010) C.3.1.14 Shall include several accessories needed for long term use of the instrument including: C.3.1.14.1 Sample tube kits C.3.1.14.2 Sample preparation system for prepping a minimum of four (4), with a maximum of six (6), samples at a time via gas flow method C.3.1.14.3 Pressure regulators C.3.1.14.4 Regulator expansion kit C.3.1.14.5 Shatter proof analysis dewar C.3.1.14.6 Operators manual C.3.1.15 Shall complete installation, user training, extended warranty and maintenance/service plans are available C.4 Installation and User Familiarization Requirement C.4.1 The Contractor shall furnish all labor, tools and supplies to perform successful installation, user familiarization on the Gas Physisorption Analyzer at ARL within four (4) weeks of section C.3 system delivery. C.4.2 The Contractor shall supply a trained Technician to perform the installation and user familiarization of the Gas Physisorption Analyzer at ARL to two (2) Government Personnel within four (4) weeks of section C.3 system delivery. C.4.3 The Contactor shall cover all travel costs and labor for the trained Technician supplied to perform the installation, user familiarization, and support plan services C.5 Support Plan Requirement C.5.1 The Contractor shall provide a Support Plan for a minimum of one (1) year. C.5.2 The Contractor shall require access to ARL for a maximum of one (1) week, in order to repair equipment upon inoperability. C.5.3 The Contractor shall coordinate with the Technical Point of Contact (TPOC) in order to identify dates and times for all work that shall be performed at AGP, MD. The Contractor shall propose the dates and times, and the TPOC will either approve or reject them. C.5.4 The Contractor shall provide technical support for inquiries from ARL personnel. C.5.5 The Contractor shall provide technical services for the operation of the equipment that includes but not limited to: C.5.5.1 Assistance via telephone, email, or internet regarding set-up C.5.5.2 Configuration, use, and troubleshooting of hardware in standard applications. C.5.6 The Contractor shall provide replacement parts for all instrument parts initially bought with the instrument, upon inoperability, and these parts shall be covered under the product support plan. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 employees standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. Responses to this sources sought synopsis are due no later than 1700 eastern standard time 17 Aug 2016. Submissions should be emailed to Cristina Watkins, Contract Specialist, cristina.m.watkins.civ@mail.mil, CC DeAnna Sivage deanna.m.sivage.ctr@mail.mil. Please reference solicitation W911QX-16-T-0342 on any correspondence Questions concerning this sources sought synopsis may be directed to Cristina Watkins, Contract Specialist, cristina.m.watkins.civ@mail.mil, CC DeAnna Sivage deanna.m.sivage.ctr@mail.mil. Please be advised that.zip and.exe files cannot be accepted. Please reference solicitation W911QX-16-T-0342 on any correspondence] Place of Contract Performance: US Army Research Laboratory (ARL) Shipping and Receiving, Building 321, Colleran Road, APG Maryland, 21005-5066 Estimated Delivery Timeframe or Period of Performance: Delivery eight (8) weeks after date of contract (ADC)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7744f70544a42cdfbd55c5bb8c4f653e)
 
Place of Performance
Address: US Army Research Laboratory (ARL), Shipping and Receiving, Building 321, Colleran Road, Aberdeen Proving Ground, Maryland, 21005-5066, United States
Zip Code: 21005-5066
 
Record
SN04220500-W 20160813/160811235655-7744f70544a42cdfbd55c5bb8c4f653e (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.