Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
SPECIAL NOTICE

66 -- Fox50 Thermal Conductivity System

Notice Date
7/10/2018
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF80963501
 
Archive Date
7/28/2018
 
Point of Contact
Robyn D. Wells, Phone: 6016345321
 
E-Mail Address
Robyn.D.Wells@usace.army.mil
(Robyn.D.Wells@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USACE, Engineer Research and Development Center (ERDC) Contracting Office intends to issue a sole source award to TA Instruments-Waters L.L.C., 159 Lukens Dr., New Castle, DE 19720 to provide a high sensitivity instrument for measuring thermal conductivity of specimens below freezing. The Fox50 Thermal Conductivity System is a heat flow meter that will perform thermal conductivity measurements according to ASTM C518 and ASTM E 1530. It must provide an active thermal guarding system to minimize edge heat loss/gain. The instrument must allow for measurements of frozen samples down to -30 degrees Celsius, with a thermal gradients of 10-20 degrees Celsius required. It must be capable of measuring samples with thermal conductivity values of 100 mW/m*K up to 5 W/m*K with an accuracy of +/-3%. The system must be capable of measuring small samples, which are 2.5 inches in diameter and up to 1 inch thick. The instrument must also be capable of measuring the thermal conductivity of thin film samples. The instrument must utilize computer-based operation and come with all associated software and must be equipped with a chiller that will meet the specifications required by the instrument. This equipment must come with appropriate reference standards and calibration files, and must include installation and training. This procurement action is exercised as sole source under statutory authority set forth under FAR 13.106-1(b)(1)(i). This Notice of Intent is for information purposes only. The Government intends to procure from only one source under the authority of 13.106-1(b)(1)(i). This is not a request for competitive proposals on no solicitation is available. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 334516, Analytical Laboratory Instrument Manufacturing, with a Small Business Size Standard of 1,000 employees. This notice of intent is for information purposes only. All sources eligible to provide this supply must respond in writing. Responses must be supported with clear and convincing evidence to clearly articulate the ability to provide this supply as outlined above. A request for documentation will not be considered as an affirmative response. IF no responses are received within three calendar days after publication of this notice, to the effect that comparable products are available, and that it is more advantageous to the Government than obtaining tis product through a sole source contact, then a sole source acquisition award will be made. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Oral communications are not acceptable in response to this notice. Interested parties may submit their capabilities statement for consideration by the Government to Robyn.D.Wells@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF80963501/listing.html)
 
Record
SN04985432-W 20180712/180710231240-6c5d75b4a0929338af249f56cd96b0b6 (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.