Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

38 -- Design Study for Disc Holder for PHI 660 - Figures 1 through 7

Notice Date
11/8/2016
 
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-17-T-0033
 
Archive Date
11/29/2016
 
Point of Contact
Dale M. Brunson, Phone: 3013941200
 
E-Mail Address
dale.m.brunson.civ@mail.mil
(dale.m.brunson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Pictures of figures 1 through 7 as indicated in the sources sought. (1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 11/08/16 (3) Classification Code : 38 (4) NAICS Code: 334516 (5) NAICS Size Standard: 1,000 Employees (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for Design Study for Disc Holder for PHI 660 (8) Proposed Solicitation Number: W911QX-17-T-0033 (9) Sources Sought Closing Response Date: 14 November 2016 (10) Contact Point: Dale M. Brunson, Contract Specialist, dale.m.brunson.civ@mail.mil, (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section B are subject to change prior to the release of any solicitation. B. Salient Characteristics: Custom Sample Capability for PHI 660 Auger Microscope The Government requires a preliminary design study for a custom sample insertion chamber, transfer mechanism and measurement stage for the PHI 660 Auger Microscope (PHI 660 shown in Fig.2). The contractor shall provide the preliminary design study with enough detail to determine cost and delivery time for the custom sample system. The custom sample insertion chamber, transfer mechanism and measurement stage for the PHI 660 Auger Microscope shall meet the following minimum specifications: The following requirements apply to three (3) types of specimens: 1) Cylindrical specimen (disc) with range of diameters 101.5 to 109 mm, 12.7 mm high and 950 g mass (shown in Fig. 1) 2) Spherical specimen (ball) with 20-22 mm diameter. 3) Standard PHI 660 specimen holders Insertion chamber (load lock): • The insertion chamber shall attach to the main chamber of the PHI 660 via a standard 8" (outer diameter) CF flange. • The insertion chamber shall allow for the loading of all three (3) types of above mentioned specimens. • The chamber shall be separable from the main chamber by a gate valve withhold ultra-high vacuum (UHV) vs atmospheric pressure • The insertion chamber shall allow pumping to a pressure of <5x10-7 Torr using an existing roughing and turbopump (Pfeiffer/Balzers TPU050) or by provided pumps. Transfer mechanism: • A transfer mechanism shall be provided for transporting the sample from the insertion chamber at a pressure of <5x10-7 to the measurement chamber (normally under UHV). Measurement stage: • Disc area for measurement access: 16mm x16mm area whose center is 42mm from the center of the sample stage (red box in Figure 1). Only an instrument-defined spot must be measured within this area at any measurement instance. • Ball measurement area: position on ball surface • The measurement stage shall allow for the translation of the disc samples such that the disc measurement, ball surface, or PHI 660 specimen holder can be centered under the electron and ion beams. • The stage shall allow fine translation across measurement area to a precision of <20 µm. • The stage shall be able to tilt the specimen measurement surface to 10-15 degrees from horizontal towards the ion gun. • The measurement stage shall not have a vibration displacement above 1 µm. Entire UHV chamber rides on an air table. • A Perkin-Elmer/PHI 15-630 Precision Sample Stage currently resides in the PHI 660 Instrument. The new stage shall be compatible with the Perkin-Elmer/PHI 15-630 Precision Sample Stage. If not, then a sample holder stage shall be provided, which is compatible with the new transfer stage that allows for standard PHI 660 specimen holders. The PHI 15-630 has a gear at mid PHI 660 holder height about 2 cm away from holder edge, and more mechanism at about 3 cm away that rapidly rises above standard sample holder height. General requirements: • If the gate valve does not close during measurement due to the new sample transfer/measurement stage(s), the insertion chamber pumping system shall have an emergency shutoff to isolate the insertion and measurement chamber from the mechanical pumps. • The sample and holder shall not impact the microbeam ion gun (PHI 06-650, shown in Figs. 3-4) during insertion, transfer or positioning for measurement. Ion gun is roughly 2-3 cm from current sample holder, lower edge about at level of two screws on right side of current sample holder in Fig. 4. • Access to the PHI 660 at Aberdeen Proving Ground (APG), MD shall be provided after contract award, but not during solicitation, as this is a commercially available instrument present in numerous labs across the country that has been in the market since at least 1974. • Adequate (not comprehensive) detail shall be provided to demonstrate feasibility of conforming to the space and movement requirements above. The preliminary design study shall be provided by the Contractor to the Contracting Officer's Representative (COR) by email or postal service within ninety (90) days after date of contract (ADC). Please attachment for Figures 1 through 7. C. 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 employee 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. (12) Responses to this sources sought synopsis are due no later than 11:59 am Eastern Standard Time (EST) on 14 November 2016. Submissions should be emailed to Dale M. Brunson, dale.m.brunson.civ@mail.mil. Faxed submissions can be sent to 301-394-2598. Mailed submissions can be sent to the address in block 6, ATTN: Dale M. Brunson Questions concerning this sources sought synopsis may be directed to Dale M. Brunson at dale.m.brunson.civ@mail.mil. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Contractor Facility (14) Estimated Delivery Timeframe or Period of Performance: Ninety (90) days after Contract Award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/502bf4ab006c9fad2a5474529d63ceb4)
 
Place of Performance
Address: Contractor's Facility, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04323445-W 20161110/161108234846-502bf4ab006c9fad2a5474529d63ceb4 (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.