SOURCES SOUGHT
66 -- Aerosol Particle Size Analyzer
- Notice Date
- 12/18/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- SAP1-121812
- Response Due
- 1/3/2013
- Archive Date
- 2/16/2013
- Point of Contact
- Steven Streeter, 508-233-6180
- E-Mail Address
-
ACC-APG - Natick (SPS)
(steven.e.streeter4.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for Aerosol Particle Size Analyzer The Chemical Technology Team, Warfighter Directorate at the US Army Natick Research, Development and Engineering Center, have a need for a time-of-flight measurement technique to measure sub-micrometer particle size distributions of aerosols of diameters ranging from 0.5 to 20 micrometers with high size resolution. We require direct measurement of the aerodynamic diameter of fine, airborne particles in real time, a particle sizing technique that accounts for particle shape and is unaffected by index of refraction or light scattering, and rapid measurement of particle number and size distribution with the highest accuracy and data collection including 52 channels for high resolution. Finally, the sought instrument must be able to record the particle's light-scattering intensity on a particle-by-particle case in such a manner than this second measurement is kept separate and distinct from aerodynamic size. The instrument software shall allow data to be displayed, analyzed, and played back without the need for external spreadsheet programs, but that this software is also compatible with spreadsheets if the need arises. Have the capability of 3-dimensional plots of the particle size distributions over time that can be replayed as required. In order to meet these salient characteristics, we anticipate the use of a probing laser coupled with a sensitive detector, an adequate power supply, a vacuum pump for sampling, a LCD display on the particle sizer, and all instrument controls in a single cabinet; additional features include microprocessor-controlled internal pumps with temperature and barometric pressure correction within the sizer. Specific technical features required: 1. The instrument shall be able to measure individual particles in an accelerating flow field to determine the time-of-flight of the particle; 2. Airborne solids and non-volatile liquids shall be measured; 3. Aerodynamic particle size in the range from 0.5 to 20 m shall be measured; 4. Optical light scattering intensity shall be reported for the 0.37 to 20 m optical size range (PSL equivalent); 5. Maximum Particle Concentration shall be at least 1,000 P/cm3 at 0.5 m; 6. Coincidence shall be less than 2% at 1,000 P/cm3 and coincidence detection shall be available; 7. Display Resolution shall be at least 52 channels total; 8. Raw data shall be acquired in at least 1,000 raw data channels (bins); 9. Size resolution shall be 0.02 m at 1.0 m diameter; 10. Sampling time shall be programmable from 1 second to 18 hours; 11. Total inlet flow rate shall be 5.0 L/min (feedback controlled); and 12. Atmospheric pressure correction shall be applied between 700 mbar and 1034 mbar. The Government is conducting this market investigation to acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs as well as delivery capabilities. Interested firms are requested to submit relevant information on their company within fourteen (14) days following the publication of the RFI. Any relevant company background/experience, business category, costs, and any other information that the company believes demonstrates their value/ability to meet the aforementioned requirements should be included. This RFI is solely for information purposes and does not constitute a solicitation or the issuance thereof. Responses to this RFI are not offers and cannot be accepted by the Government to form a finding contract. Any information submitted will not be returned, and no payment will be made by the Government for such information. Respondents must be registered in the System for Award Management (SAM) and provide a DUNS number. Firms may register for SAM at https://www.sam.gov/portal/public/SAM/ Responses to this notice can be sent via email to Roberta.l.ciaramicoli.civ@mail.mil. Any technical questions regarding this RFI should be address to Quoc T. Truong via email at: quoc.t.truong.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c28e20441716bb762eb5e965e43c76e9)
- Place of Performance
- Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Zip Code: 01760-5011
- Record
- SN02951278-W 20121220/121218234620-c28e20441716bb762eb5e965e43c76e9 (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 |