SOURCES SOUGHT
H -- Sources Sought Notice UV-Vis-NIR Spectrophotometer
- Notice Date
- 11/4/2020 11:43:03 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-RFIUV-VisNIRSpectrophotometer
- Response Due
- 11/13/2020 8:59:00 PM
- Archive Date
- 11/28/2020
- Point of Contact
- Rachel Matuszek, Mary Prebensen
- E-Mail Address
-
Rachel.l.matuszek.civ@mail.mil, mary.k.prebensen.civ@mail.mil
(Rachel.l.matuszek.civ@mail.mil, mary.k.prebensen.civ@mail.mil)
- Description
- Request for Information (RFI) The Combat Capabilities Development Command Soldier Center (CCDC SC) requires a UV-Vis-NIR �spectrophotometer that meets the research and production verification mission requirements of US Army shade specialists.� ��The spectrophotometer will require an operating range from 240-2500 nanometers (nm) which will enable the CCDC shade specialists to measure spectral reflectance into the Shortwave infrared (SWIR) range on textile materials as well transmission measurements in the ultraviolet (UV) range for UPF testing.� The instrument should also have a small enough aperture, 0.19 inches, to allow shade specialists to measure the very small areas on camouflage samples.� Current military specifications require that data be obtained at 20 nm intervals on a double beam, double monochromator spectrophotometer relative to the polytetrafluoroethylene (PTFE) family of compounds, the preferred white standard. Other white reference materials may be used provided they are calibrated to absolute white or vitrolite tiles. The spectral band width shall be less than 20 nm at 860 nm. Photometric accuracy of the spectrophotometer shall be within one percent and wavelength accuracy within less than one nm. �Other necessary parameters include an integrating sphere with a diameter of 150mm for diffuse reflectance measurements and the use of InGaAs detector either in conjunction with PMT and PBS detectors for a three detector system or a wideband InGaAs detector to be used in a two detector system.� Unit must also allow for the measurement of large samples to avoid the need to cut uniforms into small pieces. The spectrophotometer will also be used for color measurements on textile materials.� CCDC will require a spectrophotometer that includes software to calculate color differences such as CIELAB, DE2000, dECMC and gray scale ratings for color change and staining.� Software will need to be Windows 10 compliant and provide data in 4nm increments or less; be compatible with Government supplied computers; and be compatible with the Army Golden Master Windows 10 image.� If vendor supplied computers are required to operate this equipment, Dell computers are desired for Government imaging.�� Vendor supplied computers will be reimaged, therefore software must be provided on a disk or USB or as a download and have any special install instructions included. Preventative maintenance and service calls will be required for up to 60 months after delivery.� Preventative maintenance should be performed on an annual basis and service calls as needed for measurement and validation issues.� Service calls need to be addressed with 48 hours of being reported.� The service technicians are required to use original equipment parts and provide service reports within 48 hours of completing service.� They must also be fully qualified to service this equipment and have an understanding of the software to ensure samples are being measured accurately by the equipment. The Capability Statements, including attachments, are limited to ten (10) pages. Any Capability Statements, including attachments, which are not submitted in MS Word and/or MS EXCEL or PDF format will be rejected.� Capability Statements should include: business size (i.e. small/large/HUB Zone), CAGE Code and DUNS number, current contract/task order numbers that utilize this equipment, contract information and any information that can be used to determine contractor capability for providing this equipment. No telephonic submissions will be honored. All product information shall be submitted at no cost or obligation to the Government. Interested parties must respond by 13 November 2020. Address any questions about this RFI to Ms. Rachel Matuszek via e-mail at Rachel.l.matuszek.civ@mail.mil. This sources sought notice is for market research/planning purposes only. Amendment 0001: Interested parties shall provide: ������������� Company address, telephone number, primary contact(s) with email address(es) ������������� Business size, applicable NAICS code, CAGE code, and if you hold a GSA Federal Supply Schedule contract, your contract number ������������� Brief statement of capability demonstrating background, relevant past experience, technical skills, and available production capacity to fulfill the Government�s requirements described herein. This can also include current or past performance of providing this or similar products to the Government. ������������� A fact sheet/white paper detailing system specifications (materials, construction, finishes, design features) and relevant testing data/analysis that would indicate performance properties against the requirements listed above. ������������� Responses must be electronic only (recommended in PDF file format). Amendment 0001: Question 1:Confirm type of�equipment? Answer 1: Cary 5500 �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d443cae8d2b419ea93e6f407acbeeef/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN05846334-F 20201106/201104230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |