SOURCES SOUGHT
66 -- Sources Sought for quantity one (1) Potentiostat
- Notice Date
- 10/25/2017
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-T-0028
- Archive Date
- 11/15/2017
- Point of Contact
- Ariel M. Amey, Phone: 3013941081
- E-Mail Address
-
ariel.m.amey.civ@mail.mil
(ariel.m.amey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 10/31/2017 (3) Classification Code : 66 (4) NAICS Code: 334516 (5) NAICS Size Standard: 1,000 Employees (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for quantity one (1) Potentiostat (8) Proposed Solicitation Number: W911QX-18-T-0028 (9) Sources Sought Closing Response Date: 10/31/2017 (10) Contact Point: Ariel Amey, Contract Specialist, ariel.m.amey.civ@mail.mil, 301-394-1081 (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Salient Characteristics The Contractor shall deliver one (1) fully functional potentiostat inclusive of one (1) control system, one (1) warranty, and one (1) owner manual. Shipping to Adelphi Laboratory Center in Adelphi, Maryland 20783-1183 within sixteen (16) weeks After Date of Contract (ADC). The following are the minimum specifications of the Government: One (1) fully functional potentiostat • Shall have the ability to perform both current-voltage and impedance measurements between ten (10) microhertz (μHz) and seven (7) megahertz (MHz). • Shall have a modular design with a channel board that is removable for manufacturer servicing. • Shall contain a sense electrode connection at both the Working Electrode (WE) and the Counter Electrode (CE) so as to monitor compliance voltage • Shall be capable of Universal Serial Bus (USB) and Ethernet connection for data communication. • Shall be capable of simultaneous measurement of current and voltage. • Shall have a compliance voltage that has a minimum range between negative twelve (-12) and positive twelve (+12) volts (V), and the reference voltage shall have a minimum range adjustable between negative ten (-10) and positive ten (+10) V. • The channel shall have nine (9) user-selectable bandwidths for full stability control. • The channel shall be capable of two (2), three (3), four (4), and five (5) terminal measurements, and shall include impedance techniques. • The potentiostat hardware shall have the ability to measure analog current and voltage signals through external connector terminals that can be coupled to two (2) instruments including a lock-in amplifier and an oscilloscope. • Shall have Transistor-Transistor Logic (TTL) signals for trigger-in and trigger-out control. • Shall have a chassis ground terminal connection to prevent voltage instability. • Shall have an integrated cable connection with WE, CE, and Reference Electrode (RE) that shall be able to be connected to a cell. • Shall provide a minimum one (1) year service warranty that covers any component repair or replacement within the potentiostat including communications and interface support. • Shall include one (1) owner manual in an electronic Portable Document Format (.pdf) version. The Contractor shall ensure the potentiostat control system fulfills following requirements: • Shall have voltammetry techniques, corrosion techniques, impedance spectroscopy techniques (including Mott-Schottky while varying both voltage and frequency), battery testing protocols, and fuel cell, photovoltaic, and supercapacitor testing protocols. • Shall be independent of site licenses or hardware dongles, with updates available at no additional charge to the Government • Shall provide a development package available for interfacing with LabView virtual instruments. • Shall have the capability of importing data via text files. • Shall have the ability to pause and resume an experiment. • Shall be able to design a custom series of experiments through linking of different techniques with tools to build a series of tests for one (1) system. • Shall have the ability to conduct up to 2,000 sequences for various cycling experiments. • Shall have Quick Copy Data and Copy Graph routines. • Shall incorporate data analysis capabilities for fitting and simulation of both cyclic voltammetry curves and impedance spectroscopy curves. • Shall have analysis tools for impedance spectroscopy curves that allows for building circuit models to extract parameters from the data presented on Nyquist and Bode plots. • Shall have specific analysis capabilities for batteries, photovoltaics, and supercapacitors. • Shall have the ability to extract multi-cycle data into individual files. • Shall have a "Help" section with accessible manuals, as well as "Getting Started" documents for more common routines. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 employees standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59 AM eastern standard time (EST) on 10/31/2017. Submissions should be emailed to Ariel Amey, ariel.m.amey.civ@mail.mil. Faxed submissions can be sent to 301-394-1609 Mailed submissions can be sent to the address in block 6, ATTN: Ariel Amey. Questions concerning this sources sought may be directed to Ariel Amey at ariel.m.amey.civ@mail.mil or 301-394-1081. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Contractor Facility (14) Estimated Delivery Timeframe or Period of Performance: Sixteen (16) weeks after date of contract (ADC).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1cfb2bb5ebc0b19d73b8b85868f330b8)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN04722507-W 20171027/171025230943-1cfb2bb5ebc0b19d73b8b85868f330b8 (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 |