Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOURCES SOUGHT

65 -- 3D X-ray Microscope

Notice Date
7/31/2012
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0113-SS
 
Archive Date
8/22/2012
 
Point of Contact
Laura A. Burnette, Phone: 937-522-4581
 
E-Mail Address
laura.burnette@wpafb.af.mil
(laura.burnette@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS This Sources Sought Synopsis is published for market research purposes only to identify potential capable sources and to assist the Air Force in making a small business set-aside decision. The Air Force anticipates a competitive acquisition in the future for a Firm Fixed Price purchase order contract. The United States Air Force, Wright-Patterson Air Force Base, Ohio is seeking potential sources to provide one high-resolution 3D X-ray microscope system capable of detailed computed tomography of organic matrix and ceramic matrix composite materials. The system needs to meet the below specifications. In addition to the acquisition of one high-resolution 3D X-ray microscope system, the government requires shipping, installation, training, and the option for four, one-year service agreements for the system. Each option year shall include 2 preventative maintenance visits per year at six month intervals, unlimited corrective maintenance service calls and software upgrades. The parts required for the service calls will not be a part of the anticipated contract and will therefore be purchased separately. Specifications for the system: • Minimum spatial resolution (threshold/objective < 0.7 µm) • Maximum specimen size (threshold >200 mm, objective=300 mm) • Maximum specimen weight (threshold/objective=15kg) • Multi-length scale imaging of the same specimen with spatial resolution ranging from millimeters to minimum spatial resolution • Sealed transmissive X-ray source • X-ray source (threshold/objective 160kV or above) • Multiple and selectable X-ray objective focusing lenses (including 0.4x, 4x, 20x, & 40x) • Minimum 2k x 2k CCD digital camera • In situ tension/compression load/heating stage capable of 5000 N load (threshold/objective) with heating and cooling range from negative 20 degrees C to positive 160 degrees C (threshold/objective) including installation stage into the X-ray microscope and training in stage use. • 3D reconstruction and visualization software • Computer system for reconstruction and visualization • System installation and training, software training, advanced training • Minimum 1 year parts/labor warranty Firms responding to this notice should submit a small capabilities' package to include: 1) Provide information to show that your company has a product which can meet the above listed specifications. 2) Indicate whether your company is a large or small business. If a small business, please specify the type (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, general SB, etc.). **See note below. 3) Indicate whether your company is the manufacturer for this product. If not the manufacturer then please indicate the name of the manufacturer and whether they are a large or small business. 4) Indicate your company's status as being U.S.-owned or Foreign-owned/Foreign-controlled. ***Note: 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 people based on the NAICS Code to be used for this acquisition - 334517 "Irradiation Apparatus Manufacturing". The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this Sources Sought synopsis as a commitment by the Air Force for any purpose. 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.). Responses may be submitted electronically to the following e-mail address: Laura.Burnette@wpafb.af.mil or mailed to ASC/PKOAB, Attn.: Laura Burnette, 1940 Allbrook Dr. Rm. 109, Wright-Patterson AFB, OH 45433 to be received no later than 4:00 p.m. Eastern Daylight Time, 7 August 2012. Any questions concerning this acquisition should be directed to Laura.Burnette@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0113-SS/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02822081-W 20120802/120801000719-0f52b4a62b7288e2ec15d7cce4c0ce4f (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.