DOCUMENT
52 -- XRAY FLUORESCENCE (XRF) SPECTROMETRY AND XRAY DIFFRACTION (XRD) EQUIPMENT - Attachment
- Notice Date
- 11/29/2012
- Notice Type
- Attachment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- N42794 NSWC Explosive Ordnance Disposal Technology Division 2008 Stump Neck Road Indian Head, MD
- Solicitation Number
- N4279413SS001
- Response Due
- 12/31/2012
- Archive Date
- 1/15/2013
- Point of Contact
- Tammy L Winters
- E-Mail Address
-
winters@navy.mil
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT FOR X-ray Fluorescence (XRF) Spectrometry and X-ray Diffraction (XRD) Equipment NAVEODTECHDIV is currently seeking Commercial-Off-The-Shelf (COTS) handheld or man portable systems capable of analyzing bulk powders to provide elemental composition or structural information or a combination of both. Technologies of interest are X-ray Fluorescence (XRF) Spectrometry and X-ray Diffraction (XRD). Analysis of material will include some or all of the following: commercial and military explosives, Home Made Explosives (HME), common precursor material for production of explosives, improvised explosive devices (IEDs), and various non-explosive containing mixtures. The purpose of this source sought notice (SSN) is to seek out Contractors who may have personnel, materials and equipment to meet the requirements as stated above. The Government would locate companies based on Contractor ™s cost and the system ™s ability to analyze bulk powders to provide elemental composition or structural information or a combination of both. The contractor shall provide the following information as part of their information. a.Company Name b. Points of Contact c. Technical Description and Specifications of the X-ray source (5 pages or less) d.Quad chart for each model (one version/model) Training If interested and if testing would be required on the system/equipment the contractor shall list all personnel (Labor Category) and materials required to conduct operation and maintenance training on the system. For informational purposes include training which consist of one session for 3-5 personnel and shall not exceed 1 week (5 business days) that would take place at NAVEODTECHDIV, Indian Head, MD. Training shall provide a fundamental foundation on the theory, concepts, and application of the system. The contractor shall provide a properly calibrated and operational system along with consumables required to conduct training. The system and necessary consumables shall be shipped prior to the start of training. Training shall be conducted within 60 days after receipt of award. The contractor shall coordinate all arrangements with the Government no later than 30 days prior to training start date. The Contractor shall be responsible for safeguarding all Government information or property provided for Contractor use. At the close of each day all Government information, facilities, equipment, and materials shall be secured. Should the Government receive companies that can provide what the government is seeking based on the SSN the government may pursue the following. System Lease and Maintenance If companies are able to provide, the government may conduct comparative and applicability testing of the technology and will require up to a 110 day lease of the system. The system and corresponding consumables shall be delivered within 150 days after receipt of award. The contractor shall coordinate all arrangements with the Government no later than 60 days prior to delivery. The contractor also has the option of leaving the equipment provided during training for utilization during the 110 day lease period. Testing shall be conducted at NAVEDOTECHDIV. Maintenance The contractor shall provide troubleshooting and maintenance support during the lease period via telephone or email. The contractor shall be available Monday “Friday 7:30am until 4:00pm and shall reply to any requests for assistance within 24hours of receipt of request. The contractor shall provide a telephone number and email address for troubleshooting requests. 3.0 Travel The Contractor shall be required to travel in performance of this contract. Specific travel requirements shall be delineated in accordance with the Joint Federal Travel Regulations/Federal Travel Regulations (JFTR/FTR). This announcement serves to survey product availability, it is NOT a formal solicitation, and is NOT a Request for proposal (RFP). This synopsis is for information and planning purposes ONLY, and is not to be construed as a commitment by the Government. Our intent is to test technologically mature and market ready equipment. Interested entities are encouraged to respond by proiding their company name, points of contract, a technical description of five or fewer pages containing the information referenced below, and one Quad Chart for each model (only one version per model) of their proposed systems. Each submission shall be transmitted electronically to: tammy.winters@navy.mil and a copy to susan.starks@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N42794/N4279413SS001/listing.html)
- Document(s)
- Attachment
- File Name: N4279413SS001_Revised_XRD_and_XRF_Request_for_Systems.docx (https://www.neco.navy.mil/synopsis_file/N4279413SS001_Revised_XRD_and_XRF_Request_for_Systems.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N4279413SS001_Revised_XRD_and_XRF_Request_for_Systems.docx
- File Name: N4279413SS001_Quad_Example.pptx (https://www.neco.navy.mil/synopsis_file/N4279413SS001_Quad_Example.pptx)
- Link: https://www.neco.navy.mil/synopsis_file/N4279413SS001_Quad_Example.pptx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4279413SS001_Revised_XRD_and_XRF_Request_for_Systems.docx (https://www.neco.navy.mil/synopsis_file/N4279413SS001_Revised_XRD_and_XRF_Request_for_Systems.docx)
- Place of Performance
- Address: NAVEDOTECHDIV
- Zip Code: 2008 Stumpneck Rd
- Zip Code: 2008 Stumpneck Rd
- Record
- SN02939553-W 20121201/121129234902-18628d0d7bd818cf1c65b769f16b712a (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 |