Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2016 FBO #5173
SPECIAL NOTICE

67 -- Dual Range Phase Doppler Interferometer (PDI) Flight Probes

Notice Date
1/20/2016
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-16-T-0002
 
Archive Date
2/18/2016
 
Point of Contact
Charles Cryoskie, Phone: 8508829897, Savannah J. Evans, Phone: 8508824080
 
E-Mail Address
charles.cryoskie@us.af.mil, savannah.evans@us.af.mil
(charles.cryoskie@us.af.mil, savannah.evans@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Force Test Center Operational Contracting Squadron (AFTC/PZIOA) Eglin AFB, FL intends to award a sole source contract to Artium Technologies Inc, 470 Lakeside Dr, Unit C, Sunnyvale, CA, 94085-4720 to provide the following items: 1. Two (2) complete Dual Range Phase Doppler Interferometer (PDI) Flight Probes - each PDI system to include; a. Compact, rugged, sealed, flight certified canister. High power 500mW DPSS laser. Customer defined (2) fixed overlapping size ranges each 200:1 within overall size capability range of 0.3 to 5000 micron. Customer defined power 24-96VDC, 110-240VAC, 50-400Hz. 10m cable. b. Cartridge and film heaters internal to the Flight Probe to maximum of 5KW. Multiple, independent heater zones with temperature control integrated into AIMS software. c. 20m cable, can be coupled to 10m cable. d. Advanced Signal Analyzer - Size and Velocity Processor. e. Automated Instrument Management System (AIMS) Software - PDI. f. Temperature controlled electronics enclosure to allow placement of electronics closer to probe. g. Laptop, Fiber Optic connection from Processors to computer for remote operation, CAT6 for control >200 feet. h. System computer -- 3.2GHz Eight core CPU, 4GB RAM, 1TB SSD, monitor. i. Shipping and Handling j. Installation and Training k. One Year Limited Warranty on parts and labor 2. Two (2) complete High Speed Imaging (HSI) Custom Dual Range Configuration Probe Systems - each HSI system to include; a. temperature controlled and de-iced custom housing, 6 laser illumination, 300 frames/second frame rate, size range 7 µm to 5000 µm b. Image acquisition and processing software, features size distributions, particle characteristics based c. on shape, automatic sorting on selected parameters, programmable validation logic, LWC, running MVD d. System computers - 3.2GHz 8-core CPU, 4GB RAM, 1TB SSD, monitor, system interface to camera e. Temperature controlled electronics enclosure to allow placement of electronics closer to probe f. Laptop and Wireless Router for remote operation g. Shipping and Handling h. Installation and Training i. One Year Limited Warranty on parts and labor The anticipated contract will be a Firm Fixed Price (FFP) Commercial Purchase Order. The statutory authority which permits other than full and open competition for this acquisition is 41 United States Code (USC) 1901, as implemented by FAR 13.106-1(b). This authority is supported by an approved Justification and Approval. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 334513. The size standard as defined by the U.S. Small Business Administration is 500 employees. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses and questions shall be submitted via email to: savannah.evans@us.af.mil and charles.cryoskie@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0cf49015f0a0fd8a7d5ecf83e748503f)
 
Place of Performance
Address: Eglin, AFB, Eglin, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03995972-W 20160122/160120234309-0cf49015f0a0fd8a7d5ecf83e748503f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.