MODIFICATION
66 -- replacement for Telemark 568-02 with TT Power supply
- Notice Date
- 7/27/2012
- Notice Type
- Modification/Amendment
- 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-0226-SS
- Archive Date
- 8/21/2012
- Point of Contact
- Timothy G. Wilhelm, Phone: 9375224555, Jennifer R. Begg, Phone: 9375222277
- E-Mail Address
-
timothy.wilhelm.2@us.af.mil, Jennifer.Begg@wpafb.af.mil
(timothy.wilhelm.2@us.af.mil, Jennifer.Begg@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing (1) replacement for Telemark 568-02 with TT power supply that will be integrated into an existing customized deposition system. Firms responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. Specific requirements include: Replacement for Telemark 568-02 with TT-6 power supply. Must meet the following requirements and specifications: Evaporator Stage • Electron beam: 270 deg hidden filament • Flange size: for a max 8" opening • Length from insertion flange to pocket center: 11" • Number and size of pockets: at least 4 pockets at >=7 cc • Bake Out Temperature: 250 Degrees Celsius • Material: UHV (ultrahigh vacuum) compatible material • Cooling: chilled water cooling option • Orientation: Horizontal; flux must be 90° rotated from flange face Power supply • Power rating: No more than 6 kW • Max High Voltage: -8kV • Emission Current: 0 to 750 mA at max voltage E-Beam Controller • Digital, programmable beam sweep Deposition Rate Controller • Accuracy: +/-0.5% thickness • Range: > 5 um Al equivalent • Thickness Display: 0.000 - 100.0 kAng • Rate Display: 0.0 - 999 Ang/s • Measurement update: 10/s (flux must be measured at least 10 times in one second) All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment 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. Firms 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. 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 firm 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 firms 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: timothy.wilhelm@wpafb.af.mil in a Microsoft word compatible format to be received no later than 10:00 AM, Eastern Standard Time, 6 August 2012. Direct all questions concerning this acquisition to 1st Lt Timothy Wilhelm at timothy.wilhelm@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0226-SS/listing.html)
- Record
- SN02818494-W 20120729/120728000444-7ffe07e0c70cd0a3645d10a7658116a3 (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 |