SOURCES SOUGHT
66 -- Sources Sought
- Notice Date
- 12/13/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- 0010264926
- Response Due
- 12/26/2012
- Archive Date
- 2/11/2013
- Point of Contact
- Dennis Donaldson, 575-678-5453
- E-Mail Address
-
MICC - White Sands Missile Range
(dennis.g.donaldson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The White Sands Missile Range Contracting Command, White Sands, Sources Sought New Mexico is seeking potential sources, that are capable of providing 23,000 Thermoluminescent Dosimeters (TLDs). Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. The specific technical requirements for the TLDs are as follows: The TLD-400 chip, CaF2:Mn, is a critical item used to measure the gamma dose in radiation fields at SVAD. The Dosimetry Laboratory of the Nuclear Effects Division of SVAD follows the ASTM E-668, Standard Practice for Application of Thermoluminescence-Dosimetry (TLD) Systems for Determining Absorbed Dose in Radiation Hardness Testing of Electronic Devices. The geometric dimensions for chip size are specific as other sizes cannot be used with existing equipment. Control of Mn dopant is critical to the performance of the TLD. Each potential source shall give a brief description of their ability to provide TLD-400 chips with plus or minus 7% 1 sigma from single production batch. The TLD chips will be 1/8 quote mark x 1/8 quote mark x 0.035 quote mark in dimension. This description should include a demonstration that the source, or the ability to obtain them; be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills to supply chips in a sufficient quantity and within batch uniformity statistics, or the ability to obtain them; and has the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. 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. The NAICS Code assigned to this acquisition is 334516, with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO, EDWOSB). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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 be individually 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), EDWOSB, etc.),as a sole source 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: dennis.g.donaldson.civ@mail.mil in a Microsoft word compatible format to be received no later than 2:00 PM Eastern Standard Time, 26 December 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a6a75a8625071b126fde08e6338d50ac)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN02948111-W 20121215/121213234232-a6a75a8625071b126fde08e6338d50ac (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 |