SPECIAL NOTICE
66 -- Free-Space Measurement Platform
- Notice Date
- 3/10/2015
- Notice Type
- Special Notice
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-15-T-0111
- Archive Date
- 3/27/2015
- Point of Contact
- Robin A. smith, Phone: 9375222277
- E-Mail Address
-
Robin.Smith.4@us.af.mil
(Robin.Smith.4@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio 45433-5344. This is a Sole Source Synopsis published for informational purposes only. This proposed action is for the procurement of a Free-Space Measurement Platform. The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). This proposed procurement will be a Sole Source under North American Industry Classification System Code (NAICS) 339114 - Optical Test and Inspection Equipment Manufacturing. Business size standard for NAICS code 339114 is 500 employees. The proposed source is Thomas Keating Ltd, Station Mills, Daux Road, Billingshurst, West Sussex, RH149SH, United Kingdom. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, quotation or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by 5:00 p.m. Local Time (Wright-Patterson AFB), Thursday, 12 March 2015. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Requirement: The requirements are for the augmentation of a free-space measurement platform capable of integration with a mm-wave VNA system (Agilent model number N5251A), which would enable a stable measurement at frequencies between 18 GHz and 110 GHz and fit within required space constraints (1500 mm x 2000 mm x 500 mm). The antenna horns should be corrugated and produce a super- or ultra-Gaussian microwave/millimeter wave, and combined with the associated sample holder, should allow for repeatable polarization measurements. When combined with the N5251A and associated materials measurement software it should enable the measurement of the scattering matrix of a material (S11, S22, S21 and S12) as well as its permeability and permittivity. System Specifications: - Must consist of a compatible upgrade and extension of capabilities to operate in parallel with an existing TK Ltd Quasi-Optical bench. - Needs to fit within available space constraints. (Must be less than 2000 mm x 1500 mm x 500 mm, L x W x H) - Corrugated horn antennas, producing a super or ultra-Gaussian wave and with anti-cocking flanges made to custom specifications. - Dielectric-free beam path - Allow for highly precise and repeatable polarization measurements. - Precision machined mountings for positioning of elements enabling use at frequencies of 18 GHz and higher. - Completed setup must have corrugated horn antennas which operate in the K-band and Ka-band, and must be compatible with our existing U-band, V-band, and W-band corrugated horns or provide horns that function in those frequency bands. - Must include coaxial to waveguide adapters to couple to all horns, or must connect directly to 2.92 mm female, 2.4 mm female, 1.85 mm female, 1.00 mm female, and 1.00 mm female connectors for horns operating in the K, Ka, U, V, and W bands, respectively. - Must be capable of linear and cross polarization measurements in both transmission and reflection modes in at least the K and Ka-bands. - Free space measurement capable. - Rotatable sample holder with adjustable thickness enabling measurements of samples of various thicknesses. - Compatible with Agilent's mm-wave VNA system, model number N5251A and associated materials measurement software to provide scattering matrix (S11, S22, S21, S12), permeability, and permittivity measurements. - Cross polar loss of better than 24.25 dB - Higher Order Loss of Better than 27 dB - Required sample size of at most 11-15/16" x 11-15/16" - Must be mountable to an optics table with M6 holes on a 25 mm x 25 mm grid. - Must be constructed from non-magnetic materials (e.g., Aluminum, Copper, 316 Stainless Steel) - A failure to meet any of the provided requirements is considered a critical failure of the item. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: The Thomas Keating Ltd is the only system that can ensure uniformity of results with previous measurements. The requirements must consist of a compatible upgrade and extension of capabilities to operate in parallel with an existing Thomas Keating Ltd Quasi-Optical bench. If these items are not purchased, it would be considered a critical failure and using a different manufacturer would not meet the technical specifications, would involve retraining; and redesigning the measurement processes would involve producing a new set up from scratch which would be prohibitively expensive. The Department of Defense (DoD) has determined the System for Award Management (SAM) to be the single DoD registration for contractors who conduct business or who are interested in conducting business with the DoD. Contractors must be registered in SAM prior to award for solicitations issued after 29 May 2012. You may contact SAM by telephone at 866-606-8220 or online at https://www.sam.gov. Any information should be e-mailed to Robin.Smith.4@us.af.mil no later than 5:00 p.m. Local Time (Wright-Patterson AFB), Thursday, 12 March 2015. Only inquiries/information received by this date will be considered. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-15-T-0111, Free-Space Measurement Platform." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0111/listing.html)
- Place of Performance
- Address: WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03662842-W 20150312/150310235200-b757643583c141a116f56c9c1c809643 (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 |