SOURCES SOUGHT
66 -- RECOVERY - LINEAR POSITION SENSITIVE NEUTRON DETECTORS
- Notice Date
- 10/8/2009
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- AMD-10-SS01
- Archive Date
- 11/6/2009
- Point of Contact
- Patrick K Staines, Phone: (301)975-6335, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
patrick.staines@nist.gov, patrick.staines@nist.gov
(patrick.staines@nist.gov, patrick.staines@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY- THIS IS NOT A REQUEST FOR PROPOSALS. INFORMATION RECEIVED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. RECOVERY - The National Institute of Standards and Technology seeks information on commercial vendors that are capable of providing position sensitive neutron detectors for use in the Very Small Angle Neutron Spectrometer (vSANS) at the NIST Center for Neutron Research. These position sensitive detectors are to be rectangular in geometry and arranged in panels which can be translated transverse to the direction of the incident neutron beam. The panels are then mounted on moveable carriages which can be translated along the direction of the incident neutron beam. NIST requires four long (100 cm × 40 cm) panels to be mounted vertically and four short (50 cm × 40 cm) panels to be mounted horizontally on the moving carriages. NIST also requires neutron event detection and position encoding `electronics as part of this procurement. After results of this market research are obtained and analyzed and specifications are developed for position sensitive neutron detectors that can meet NIST’s minimum requirements, NIST may conduct a competitive procurement and subsequently award a purchase order. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. This contemplated procurement is anticipated to utilize Recovery Act Funding if it is determined that responsible sources can satisfy the requirement. NIST has a need for a number of position sensitive neutron detectors that would meet the following requirements: 1.Four long rectangular panels 100 cm high × 40 cm wide × less than 31 cm deep 2.Four short rectangular panels 40 cm high × 50 cm wide × less than 31 cm deep 3.The construction of the detector must be modular to permit removal and replacement of portions of the detector without major disassembly of the panel or associated electronics. 4.In order to prevent parasitic scattering of neutrons and to permit panels to translate together to form a larger detection plane, the support structure of the panels must not extend laterally past the (shorter) edge of the detection region. 5.The spatial resolution of each detector must be less than 8 mm × 4 mm. 6.The minimum neutron detection efficiency must be greater than 75% for 5 Å (35 meV) neutrons. 7.The position encoding electronics must be mounted behind the detection plane and must operate in vacuum at pressures under 0.02 torr. 8.The differential nonlinearity of the position encoding electronics must be less than 5% and the integral position nonlinearity must be less than 10%. 9.The position encoding must not vary by more than 0.5 mm per day. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 334516, as those domestic sources having 500 employees or less. Please include your company’s size classification in any response to this notice. Companies that manufacture such systems are requested to email a detailed report describing their abilities to eduardo.baca@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to eduardo.baca@nist.gov are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. All documentation should be sent to Eduardo F. Baca, Contractor, YRCI Contract Specialist, at the National Institute of Standards and Technology, Acquisition and Management Division, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. E-mail address: EDUARDO.BACA@NIST.GOV. Submissions must be received by 3:00 p.m. eastern standard time on October 22, 2009. E-mail submissions are acceptable. Non-Governmental Contract Support: The Government may utilize non-Governmental contractor support for processing of sources sought, synopsis, solicitations, and will have access to the quotation information for the purpose of assisting the Government by supporting the Contracting Officer in the procurement process including, but not limited to, tasks such as preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental contractor support will not conduct evaluations or analyses of any aspect of a proposal submitted for award and will not be involved in the final decision as to the awardees under this procurement. Non-Government support employees have each executed, non-disclosure agreements. All quotation information will be handled and protected as if only Government personnel were involved. Non-Government contractor employees have agreed, in writing, to the requirements of Section 7 of clause 1352.209-72 RESTRICTIONS AGAINST DISCLOSURE (MARCH 2000), to keep the information furnished by the Government in the strictest confidence. The non-Government employees have also agreed not to publish or otherwise divulge such information in whole or in part, in any manner or form, nor to authorize or permit others to do so, taking such reasonable measures as are necessary to restrict access to such information while in the Contractor’s possession, to those employees needing such information to perform the work provided herein, i.e., on a “need to know” basis. The non-Government contractor employees must immediately notify the Contracting Officer in writing in the event that there is reason to suspect a breach of this requirement. Finally, non-Government contractor employees are Level III contracting professionals, or equivalent, having served in positions rated at GS-13 or higher, and serve with the complete understanding that the Federal Acquisition Regulations, requires them to safeguard this information and not release it to any person outside of the acquisition process. They understand that the laws of the United States prohibit the unauthorized release of confidential business information and proprietary data; that there are criminal and administrative penalties for violation of these laws. Non-Government contractor employees are not barred from disclosures to Congress or to an authorized official of an executive agency or the Department of Justice that are essential to reporting a substantial violation of law. The Non-Government contractor employee agreements do not expire upon termination of their employment or completion of their contract. All vendors are encouraged to respond to this notice, however, vendors who do not respond shall not be precluded from responding to any subsequent competitive request for quotation. Contracting Office Address: 100 Bureau Drive, Building 301, Room B121, Mail Stop 1640 Gaithersburg, Maryland 20899-1640 Place of Performance: 100 Bureau Drive, MS 1640, Building 301, Room B158 Gaithersburg, Maryland 20879 United States Primary Point of Contact: Eduardo Baca Contractor Contract Specialist eduardo.baca@nist.gov Phone: 301-975-6388 Secondary Point of Contact: Patrick Staines, Contract Officer patrick.staines@nist.gov Phone: 301-975-6335 Fax: 301-975-6319
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-10-SS01/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01982630-W 20091010/091008235255-172f667770c04d3a8f92c88a1f5cdb93 (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 |