SPECIAL NOTICE
66 -- Notice of Intent for Sole Source Award - Automated Goniometer / Tensiometer
- Notice Date
- 12/4/2015
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE CRRAEL, Hanover, 72 LYME ROAD, HANOVER, New Hampshire, 03755-1290, United States
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E5-16-N-0002
- Archive Date
- 12/24/2015
- Point of Contact
- Thomas F. Nowocin, Phone: 2173734478
- E-Mail Address
-
tom.f.nowocin@usace.army.mil
(tom.f.nowocin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) intends to award a contract on a sole source basis to Rame-Hart Instrument Company upon the basis of the authority provided at FAR 13.106-1(b)(1). ERDC-CRREL has a requirement to procure one (1) automated goniometer / tensiometer in accordance with the following specifications: a. General: capable of fully automatic measurement of static and dynamic contact angle, advancing and receding contact angle, contact angle hysteresis, roll-off angle, including determination of surface energy, surface and interfacial tension. All data saved to a log file that can be viewed as txt or xls. b. Contact angle measurements over the range of 0-180o with a resolution of at least 0.01o and an accuracy of ±0.10o. c. Fully-adjustable sample stage (x,y,z) to allow automated alignment, tilting (up to 15º), and roll-off angle measurements. Manual manipulation of the stage should be possible also. d. Calibration protocols and tools for stage leveling and baseline adjustment. e. High speed digital camera with ≥100 frames / sec. f. Capability to record video sequences during measurements. g. All images can be saved in and reopened by computers with windows and mac operating systems. h. Automated controls for base tilting and droplet delivery, with option to perform actions manually. i. Automated microsyringe dispensing system for guided entry of materials, with control over drop volume and delivery rate. j. At least one additional spare dispensing needle. k. Manual microsyringe assembly for manual dispensing of liquids. l. One additional spare microsyringe assembly and accessories, including additional dispensing needles and gaskets as required. m. Illuminator with additional spare replacement light source. n. Environmental control chamber to control and record temperature of materials undergoing measurements listed in ‘general' from -50° to 150° C (+/- 0.1 ° C). o. Capacity to upgrade to include an oscillator for surface elasticity and viscosity measurements. p. Storage cover to shield all components from ambient dust when not in use. Rame-Hart Instrument Company has been identified as the only source offering a product (Model 590) meeting all of the required specifications. No other sources could be found offering a product that fulfils the Government's environmental control chamber and upgrade capacity requirements. It is imperative that the instrument meet all salient characteristics referenced above. ERDC-CRREL will use this instrument for a wide range of projects to better characterize the surface behaviors of advanced materials, which in turn could result in the development of additional materials to achieve new properties in civil works and military engineering projects. The associated North American Industry Classification System (NAICS) code is 334516, which has a size standard of 500 employees. This Notice of Intent is not a request for competitive quotations. However, interested parties may identify their interest and capability to respond to this requirement. Any interested party that believes they can fulfill this requirement should submit a capability statement to be reviewed. All submissions will be considered, however there is no guarantee that submissions in response to this notice will in any way alter the Government's acquisition strategy. Responses to this notice shall be submitted NLT 09:00 AM CST, 9 DEC 2015 to tom.f.nowocin@usace.army.mil Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete the FAR and DFARS representations and certifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/332/W913E5-16-N-0002/listing.html)
- Record
- SN03961451-W 20151206/151204234639-06c58aa1d447457c393bec4e900408d9 (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 |