SOURCES SOUGHT
66 -- QFI Lab Equipment Upgrade
- Notice Date
- 7/19/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0157
- Archive Date
- 8/14/2012
- Point of Contact
- Keith M. Brandner, Phone: 9375224625, Richard E. Fries, Phone: 9375224527
- E-Mail Address
-
keith.brandner@wpafb.af.mil, richard.fries@wpafb.af.mil
(keith.brandner@wpafb.af.mil, richard.fries@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a Laser Scanning Microscope (LSM) system with laser-based Failure Analysis techniques. Contractors responding should specify that they are able to meet the specifications provided below, and shall provide detailed product information to show clear technical compliance. Additionally, sales history, including any recent commercial companies sold to, should be included to determine commerciality. Requirements: (1) New. The system must be new, other than parts that we already have. - The government will be providing parts that it already owns to be integrated into the new system. These parts include a 1340nm laser, 1064nm laser, detectors for both, control and measurement electronics for laser scanning techniques, and a lock-in amplifier. All of these parts are from a Quantum Focus Instruments system the government currently owns that will be moved to the new system. (2) Integrates with and compatible with Quantum Focus, Inc. Laser Scanning Injection Microscope (LSIM) XIVA with Lock-in. The new system must integrate and be compatible the current LSIM hardware, 1064nm and 1340nm lasers, lock-in amplifier, scanners, and detectors. (3) Accept a trade-in of Quantum Focus, Inc. InfraScope II for reasonable discount. (4) Microscope head. System must include computer controlled options for video navigation, laser scanning microscope, 5 or more lens on turret, illumination, and additional sensors/detectors. (5) Enclosure with vibration isolation. System must include dark box enclosure with laser safety interlock and vibration isolation system. It must also house the computer and other necessary electronics. (6) Microscope Mount, Sample stage, and Probing Option. System must include computer-controlled microscope mount, manual sample stage and motorized probing platform. This includes at least 2" of motorized X, Y, and Z travel for microscope, >= 4" manual X and Y travel for sample, and probing platform with >= 0.5" motorized lift. (7) Objective lenses. System must include a selection of more than 4 objectives from low (<= 5X) to high (>=50X) magnification. The best lenses must be capable of resolution better than 0.7 microns and all will have working distances >= 10mm. (8) Failure analysis techniques. System must be capable of performing failure analysis techniques that use 1064nm and 1340nm lasers to induce voltage alterations. These alterations are measured to locate shorts, junction defects, problem VIAs and other integrated circuit defects. Techniques that meet this requirement include XIVA, TIVA, LIVA, and others. All interested contractors shall submit a response demonstrating their capabilities to perform the requested services to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman-owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. The NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: keith.brandner@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Keith Brandner, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 8:00 a.m. Eastern Standard Time, 30 July 2012. Direct all questions concerning this acquisition to Keith Brandner at keith.brandner@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0157/listing.html)
- Record
- SN02809498-W 20120721/120720001308-d0b15a3ae5648979f5ac16b2a1ceceb3 (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 |