SOURCES SOUGHT
66 -- CRYOSTATION SYSTEM
- Notice Date
- 7/31/2012
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device 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
- F4FBB22156A002
- Archive Date
- 8/23/2012
- Point of Contact
- Ashley M. Grant, Phone: 9375224558, Jason M. Hardman, Phone: 9375224645
- E-Mail Address
-
ashley.grant@wpafb.af.mil, jason.hardman2@wpafb.af.mil
(ashley.grant@wpafb.af.mil, jason.hardman2@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 closed cycle optical cryostation. Firms responding shall specify that their company meets the specifications provided below and provide detailed product information to show clear capability. Additionally, history of recent sales to commercial companies sold to should be included to determine commerciality. Technical Specifications: • Cold stage base temperature as low as 3.2K, continuously adjustable up to room temperature • Temperature stability <0.010K peak to peak fluctuations • Sample vibration stability <5 nm peak to peak • Fully automated pump, cool-down, temperature stabilization and warm-up • Five optical access ports, with two windows (one cold and one warm) on each port. Ports must be easily reconfigured to replace windows, remove cold window (for shorter working distance at slightly higher temperature), or insert custom fiber-feed-through • Continuous operation without use of extra-instrument liquid cryogens • Temperature sensors on sample mount • Working distance <10 mm (distance from sample to outer surface of outermost window) and a flat outer surface that enables 1" diameter microscope objective to be within 1 mm of the window • Capable of maintaining temperature of 4.2K with heat loads of up to 100 mW • Provisions for installation of cold and vacuum-compatible Attocube or similar piezo stages for x, y, or z positioning for base-temperature operation. 2 sets of x, y, or z positioning stacks possible • User re-configurability of piezo stages for different sample setups within cryostation • Electrical access with at least 29 user connections to sample All interested firms shall submit a response demonstrating their capabilities to provide the required product to the Primary Point of Contact listed below. 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 number of employees does not exceed 500. The NAICS Code to be used for this acquisition is 334519. 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.), and other decisions regarding acquisition strategy. Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities indicating examples of commercial sales. Responses may be submitted electronically to the following e-mail address: ashley.grant@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAB POC: SrA Ashley Grant, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 11:00 AM Local Time, Dayton Ohio, 10 August 2012. Direct all questions concerning this sources sought to SrA Ashley Grant (937) 522-4558 or email: ashley.grant@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4FBB22156A002/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02822136-W 20120802/120801000806-75d71122745af3e5601cdcf732c00866 (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 |