Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOURCES SOUGHT

66 -- Wave Dispersive X-Ray Fluorescence Spectrometer

Notice Date
1/31/2018
 
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-18-T-0112
 
Archive Date
2/20/2018
 
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
(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 : 01/25/2018 (3) Classification Code : 66 (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 Sequential Wave Dispersive X-Ray Fluorescence Spectrometer (8) Proposed Solicitation Number: W911QX-18-T-0112 (9) Sources Sought Closing Response Date: Five (5) Days After Posting (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 C are subject to change prior to the release of any solicitation. B. Requirement for Sequential Wave Dispersive X-Ray Fluorescence Spectrometer. Required salient Characteristics/specifications are as follows: The Contractor shall provide the following: 1. One (1) Sequential Wave Dispersive X-Ray Fluorescence Spectrometer with water-to-water refrigerated water recirculating system 2. One (1), three (3) or four (4) kilowatt (kW) Rhodium (Rh) target X-Ray tube with the following specifications: a. Able to achieve power levels of 20 - 60 kV (kilovolts) and 5 - 170 mA (milliamps). b. High voltage (HV) precision of +/- 0.00005% per percent of main power supply variation. c. 75 micron (µm) beryllium window. d. Two (2) year warranty with replacement. e. Methods to protect the x-ray tube from contamination. 3. Power of the intended instrument location requires the instrument to operate with 208 volts (V) (plus or minus 10%), single phase, 60 Hertz (Hz) and 40 amps electrical power. 4. The instrument requires an optical encoder controlled goniometer based on high precision gear with separate theta and 2-theta stepper motors for automatic instrument adjustment. Digital control, electronic gearing and temperature stabilizer of spectrometer cabinet (internal air conditioning, +/- 0.05°C) makes the spectrometer insensitive to temperature changes. 5. Vacuum and gas flushing system for the analysis of solid and liquid samples a. Vacuum system for the measurement of solid samples. b. Gas (Helium or Nitrogen) flushing system for safe analysis of liquid samples. 6. The power of the intended instrument location requires the water chiller to operate with 208V (plus or minus 10%), single phase, 20 amps. 7. Two (2) detectors (proportional flow counter and scintillation counter) in order to maximize the intensity of light elements. 8. Sample carousel or tray must be able to hold 50 samples or more and be able to measure all samples without interruption to replace samples. 9. Four (4) collimators: 0.23°, 0.46°, 1°, 2°. 10. Automatic mask changer to adjust sample size and maximize the intensity. a. Included collimator mask sizes of 34, 23, 8 millimeter (mm) sizes. 11. Four (4) position collimator changer to maximize intensity and resolution for any sample analyzed. 12. Method to collect areal maps of chemistry with an x-ray spot size of 300 microns using the Wavelength Dispersive X-ray Fluorescence (WDXRF) method (optional, not required). 13. Eight (8) positions on the analyzer for analyzer crystals listed below. a. Lithium fluoride (LiF) 200 (measures potassium to uranium) b. Pentaerythritol (PET) (measures aluminum to chlorine) c. Crystal(s) to measure light elements which must include: boron, oxygen, nitrogen, carbon, magnesium, sodium 14. Eight (8) potential sample sizes to enable measuring all possible quantities of material. 15. Semi-quantitative measurement technique. a. Complete set of reference samples to measure all elements from boron down to uranium. b. Standardless analysis software. 16. Full quantitative measurement capability using home-made standards including required software. 17. Fully radiation protected system which produces less than 1 micro Sievert per hour (µSv/h) to the surroundings. 18. Must include sample cells for a variety of sample types to include powders, fragments, pellets or disks, and liquids. a. A sample cell must be able to accommodate a small amount (less than 1 gram) of loose powder. b. If powder samples are to be pressed into a cup or chamber, must provide a device to produce the pellet or disk. 19. Two (2) year warranty to include parts, labor and preventative maintenance. 20. Tools to troubleshoot any errors or malfunction of the instrument. 21. A computer to operate the instrument is NOT requested in the offeror's bids. Instead, a computer and printer will be supplied by the Army Research Laboratory. All software required to run the instrument must be installed during the initial install on the instrument, on-site. The ARL supplied computer shall not have access to the internet nor any DOD networks. The specifications for the ARL supplied computer are as follows: a. OptiPlex 5050 SFF XCTO (210-AKJE) i. 8 GigaBytes (GB) (2x4GB) 2400 megahertz (MHz) DDR4 Memory (370-ADJQ) ii. AMD Radeon R5 430, 2GB, (DP/SL-DVI-I) (490-BDIP) iii. 3.5" 500GB 7200rpm SATA HDD (400-ANPL) iv. OptiPlex 5050 SFF with 180W up to 92% efficient Power Supply (80Plus Platinum) (329-BDIM) v. Microsoft Office (658-BCSB) vi. Win 10 Pro 64 English, French, Spanish (619-AHKN) 22. Installation and application training lasting at least two (2) days on site. 23. In depth training course and technical assistance to make calibration standards on site or at manufacturers location for at least two (2) employees. 24. Security Requirements a. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. b. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 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 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. (12) Responses to this sources sought are due no later than 11:59 AM eastern standard time five (5) days after posting. Submissions should be emailed to Ms. Dale M. Brunson, dale.m.brunson.civ@mail.mil. Questions concerning this sources sought may be directed to Ms. Dale M. Brunson, Contract Specialist. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Aberdeen Proving Ground, MD (14) Estimated Delivery Timeframe or Period of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d04041923d7c8ae9704d91f0a4e75ea)
 
Place of Performance
Address: Aberdeen Proving Ground, MD, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04805985-W 20180202/180131231627-9d04041923d7c8ae9704d91f0a4e75ea (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.