SPECIAL NOTICE
66 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - LASER INDUCED BREAKDOWN SPECTROSCOPY
- Notice Date
- 4/20/2018
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016418SNB69
- Archive Date
- 5/19/2018
- Point of Contact
- Matt Burch, Phone: 812-854-5893
- E-Mail Address
-
matthew.burch@navy.mil
(matthew.burch@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-S-NB69 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - LASER INDUCED BREAKDOWN SPECTROSCOPY - FSC 6640 - NAICS 334516 Issue Date: 20 April 2018 - Closing Date: 04 May 2018 - 2:00 PM EDT REQUEST FOR INFORMATION (RFI) /SOURCES SOUGHT: The Government is issuing this RFI as part of a market survey in accordance with FAR 15.201(e) to determine the availability of sources to provide a fully operational Laser-Induced Breakdown Spectrometer (LIBS) at the Naval Surface Warfare Center (NSWC) Crane, IN. This RFI is published to obtain information for use by NSWC Crane Division, for market research and planning purposes only; and is not a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. There is no bid package or solicitation document associated with this announcement. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to current and near-term abilities. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI and the Government's use of such information. The scope of this effort is as follows: The purpose of this requirement is to procure a Laser-Induced Breakdown Spectrometer (LIBS) at NSWC Crane. The LIBS is an instrument for the atomic emission analysis of primarily solid-state samples, for the purpose of chemical (elemental content) analysis. The LIBS shall include the following: • Bench-top research grade instrumentation (as opposed to hand-held field portable models) • User turn-key/turn-on operation, after delivery and installation • Production of atomic emission signals by focused laser ablation • Excitation laser enclosure to be a Class I laser enclosure with safety interlocks • De-ionized water cooling circulation system (if applicable) for the laser to be fully contained within the instrument outer case • Ablation beam: to be the focused, quadrupled (4th harmonic) of a Nd:YAG primary beam, wavelength of 266 nanometers • Automated laser focusing optics for analysis of sample spot sizes as small as 10 microns (0.01 mm) in diameter, up to as large as 200 microns (0.2 mm) in diameter • Fully enclosed sample chamber (during operation), plumbed for sample chamber purging with inert gases • X-Y-Z axis fully automated sample stage movement via stepper motor(s) movement • Minimally 1.0 micron (0.001 mm) resolution in all three stage movement directions (X-Y-Z) • Automated beam focus or stage adjustments for sample surface roughness compensation • On-board imaging CCD camera(s) for locating and observing areas on samples for analysis • Automated control of imaging CCD camera(s)/LED lighting of samples • Dual range SIMULTANEOUS (signal intensity) detection capability: (1) lower sensitivity for Broad-band wavelength detection for high concentration range, for wide-range elemental surveys, and (2) higher sensitivity detection of lower levels, concentration range in the range of 10 ppm to 100 ppm, or better' • Minimal spectral range of 200 to 900 nanometers in wavelength • X-Y stage automated movement for X-Y rastering, and the generation of 2-D elemental false-color maps, covering at least 2" x 2" (50 mm x 50 mm) areas • Capable for generating concentration depth profiles from repeated laser ablation shots (pulses) • Capable of utilizing the X-Y stage automated movement for X-Y rastering, in concert with Z-dimension of depth profiling, for construction of 3-D Elemental Maps • Data station with Windows-10 operating system • Flat-screen monitor for data station • DVD/RW drive included in data station • Software for analysis of spectral data recorded in LIBS experiments, analysis of data for multiple shot depth profiling, 2-D and 3-D elemental mapping • Analysis software for both uni-variate sample statistics (conventional statistical parameters) and multi-variate statistics (Principal Component Analysis (PCA), etc.) • Commercial warranty of at least one year • Provide complete installation of the instrument, plus basic operational training at the time of installation The Government requires options for advanced instrumentation operation training and four (4) one (1) year post-warranty maintenance support. Information may be submitted by any government or non-government entity including commercial firms, non-profit organizations, and any institutions of higher education with degree-granting programs in science and /or engineering (universities), or by consortia compromising such concerns. The Crane Division encourages participation by small business, small disadvantaged business, HUB zone small business, woman-owned small business, veteran-owned small business, and historically black colleges and universities. Responses shall be: 1) Responses are requested by 1400/2:00PM Eastern Standard Time (EST) on 04 May 2018. Any response received after this date will also be considered but may not be included in initial reporting or assessments. 2) All responses should be given in PDF format and emailed to the contracting point of contract: Mr. Matt Burch at matthew.burch@navy.mil. The subject line of the email should include the RFI number (N00164-18-S-NB69) and the respondent's name. If necessary, files too large for email can be sent via CD by the same response date to: Mr. Matt Burch Naval Surface Warfare Center, Crane Division 300 HWY 361, BLD 121 Crane, IN 47522 3) Responses should not exceed five (5) pages and should be typed in 12-point Times New Roman font, single spaced with 1-inch margins. All information received in response to this RFI that is marked proprietary will be handled accordingly. 4) A suggested submission organization: a) A cover letter (optional). b) A cover page identifying the RFI number (N00164-18-S-NB69), the company name, mailing address, email address, telephone and fax numbers, website address (if available), DUNS number, cage code and/or tax ID number, business size category (large, small, small disadvantaged, etc.), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. c) Brief Industry Capabilities Statement demonstrating the capabilities and expertise required to perform the effort specified above. Per Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" may be used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. All responses shall be unclassified. All assumptions, including any assumed Government support, shall be clearly identified. All proprietary and restricted information shall be clearly marked. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Contractors must be properly registered in the Government System for Award Management database (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. This request for information does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ) or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information received in response to this notice that is marked proprietary will be handled accordingly. No contract will be awarded by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive. Responses to this notice will not be returned. Telephone calls/questions or inquiries will not be accepted. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. White papers may be submitted any time prior to expiration of this announcement. Electronic submissions and hard copy submissions will be reviewed if received by the closing date and time. All information marked as proprietary information will be safeguarded to prevent disclosures to non-governmental personnel and entities. Submissions regarding this announcement may be directed to the Contract Specialist, Mr. Matt Burch, and telephone: 812-854-5893, e-mail: matthew.burch@navy.mil The mailing address is: COMMANDER; ATTN MR MATT BURCH BLDG 121; NAVSURFWARCENDIV; 300 HIGHWAY 361; CRANE, IN 47522-5001. Please reference: Request for Information/Sources Sought Announcement Number (N00164-18-S-NB69) when responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB69/listing.html)
- Record
- SN04896360-W 20180422/180420230636-9a693d4e4f21ac4fb7f1fe55bae61814 (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 |