SOLICITATION NOTICE
66 -- MR 200 FTIR Spectrmeter Upgrade
- Notice Date
- 6/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1SBAA7101B007
- Response Due
- 6/26/2007
- Archive Date
- 12/12/2007
- Description
- SUBJECT: NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT FOR the required components and precise installation of said components for a SYSTEM UPGRADE TO THE MR200 FOURIER TRANSFORM INFARED (FTIR) SPECTROMETER for the Air Force Research Laboratory, California. The Intent of Award is to LR Tech Inc., 42 Chemin du Boise, Lac Beauport, Quebec, Quebec, Canada G3B 2A5. Description of Action: AFRL/PRSA requires an upgrade for the MR200 FTIR Spectrometer control and data acquisition components. More specifically, the electronics would be replaced and a new software package to run the instrument would also be delivered. The new software can be run on approved Air Force computers with modern operating systems. These components are used to operate the spectrometer and record the data it produces. This upgrade is necessary for AFRL to continue to meet in-house research program requirements and Missile Defense Agency support tasks. 1. Current Equipment Requirements; a. In general the system spectral resolution, frame rate, and spectral radiance sensitivity requirements have not changed. The upgraded system must at least maintain the original system general requirements; b. Those requirements include: i. InSb detector Noise Equivalent Spectral Radiance (NESR) of 5X10-10 W/sr-cm2-cm-1 at 16 cm-1 spectral resolution;; ii. MCT detector NESR of 5X10-9 W/sr-cm2-cm-1 at 16 cm-1 spectral resolution; iii. 1 - 128 cm-1 wavenumber resolution measurement capability with factor of two increments; iv. Frame rate capability from 10 to 82 Hz depending on spectral resolution; v. Two detector simultaneous measurement capability; vi. Scan speed up to 375 kHz; vii. Field of view uniformity: Maximum of +/- 10% over 70% of the measured FOV; viii. Gain control from 1 to 64 in factor of two increments; ix. Both forward and reverse scanning (double sided) capability; x. Oversampling by a factor of 2; xi. 16 bit analog to digital converters (ADC) for the detector output; xii. Software for real time interferogram and raw spectrum display; xiii. Software for basic data operations such as interferogram conversion to raw spectra, radiometric calibration, arithmetic functions, integration, display control, data file manipulation, and export to ascii; xiv. Data file format compatible with current AFRL data processing software; 2. Additional Requirements for the Upgraded System; a. AFRL/PRSA requires additional functionality for current and future anticipated measurements. This includes studies of much longer time events (several minutes), capture of millisecond scale temporal events, and accurate time stamping to correlate temporal events; b. More specifically these upgrade requirements include: i. Real time write to a hard drive for a minimum of 10 minutes; ii. System control and data acquisition software must be compatible with Windows XP and Linux operating system environments; iii. System data acquisition and control with a laptop computer to save weight and reduce system transportation costs; iv. IRIG B time stamp capability with an accuracy less than 1 millisecond; v. Improved measurement functionality to include partial, step, and static scan modes; vi. Both a 1 GB and 10/100 GB BaseT ethernet interfaces for fast data transfer; vii. One year warranty on parts and labor from date of system delivery. Place of delivery and acceptance is Edwards AFB CA 93524; LR Tech Inc., 42 Chemin du Boise, Lac Beauport, Quebec, Quebec, Canada G3B 2A5 is the only known source that can satisfy the requirements of the Government at this time. Please note that this is not a request for competitive proposals. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide the items listed above. Responses may be sent via e-mail to Mark.Carey@edwards.af.mil or mailed to AFFTC/PKTB, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Mark Carey. Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. If the office has not received any affirmative written responses by Close of Business (COB), 26 June 2007 a Sole Source purchase order will be pursued with to LR Tech Inc., 42 Chemin du Boise, Lac Beauport, Quebec, Quebec, Canada G3B 2A5.
- Place of Performance
- Address: EDWARDS AFB CA
- Zip Code: 93524
- Country: UNITED STATES
- Zip Code: 93524
- Record
- SN01324752-W 20070623/070621223341 (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 |