SOURCES SOUGHT
68 -- Lab Calibrations
- Notice Date
- 2/28/2014
- Notice Type
- Sources Sought
- NAICS
- 325180
— Other Basic Inorganic Chemical Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-14-P-0017
- Archive Date
- 3/22/2014
- Point of Contact
- Elizabeth A. Braun, Phone: 3214942888
- E-Mail Address
-
elizabeth.braun@us.af.mil
(elizabeth.braun@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Synopsis: SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. The solicitation number FA2521-14-Q-B045 shall be used to reference any written responses to this sources sought. 1) Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 325180. The size standard for NAICS is 1000. The requirement is for: Radioactive calibration sources consisting of 1 microcurie of a mixed gamma emitting radionuclides that have been deposited on various filter papers and other unique geometries. Item Description Quantity Unit 0001 8403-GF-FP 2 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 5 In x 16 In Filter paper IST traceable 0002 8403-GF-FP 2 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 10.5in diameter filter NIST traceable 0003 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% Flat U- 1 qtr circular filter section in plastic bag R-8.5 NIST traceable 0004 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 5m Lin 5mL FSA I ST Traceable in 4M HCI solution 0005 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 2-3mL fill in customer supplied vial 1.1 5g/cc density polyeter matrix IST Traceable 0006 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 18in x 24in Harvest filter need active diameter IST Traceable 0007 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 1 OmL fill in customer supplied vial 1.1 Sg/cc density polyester matrix IST Traceable 0008 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 1.OmL fill in customer supplied 1 Liter Marinelli Beaker 1.1 Sg/cc density polyester matrix 1 IST Traceable 0009 8403-GF-FP 1 each Cd-109, C0-57, Ce-139 Hg-203, n-1 13. Cs-137 Y-88, Co-60. ^m-24 1. Pb-210 37kBq (luCi) +/- 20% 1 kg fill in customer supplied container, 1.55 g/cc density sieved Macon soil matrix 0010 Mix-Ea B24U-7BQ 4 each A m-24 1.Pu-239, U-at (U-238+U-234) 1.67Bq (1 Ood pm) +/-20% per isotope 24.1 mm OD x 0.65mm thick disk 24.1mm AD electro deposited onto SS disk NIST traceable 0011 SIRI3XXXX 4 each Sr-90 67Bq (4000d pm) YZ-1 688-001 40mm A D 47 x 0.8mm OD Calibrated for activity and emission 0012 PIRBXXXX 4 each Pu-239 67Bq (4000dpm) VZ-1688-0001 40 m111 AD 47x0.8mm OD Calibrated for activity and emission 0013 GF-137-D 7 each Cs-137 3.7kBq (0.luCi) Type D disk 25.4111m OD x 5m 111 AD NIST 0014 AF-24 1-PM 5 each Am-24 1 3.7kBq (0.1uCi) PM Holder 25.4mm OD x 5111111 AD Electroplated onto Platinum Surface No Cover NIST 0015 BF-090-A 5 each Sr-90 3.7kBq (0.luCi) Type A Disk 25.4111m OD x 20.4111m A D Stainless Steel Substrate 0.9mg/cm2 A luminized Mylar 0016 EAB-090-47LB 2 each Sr-90 370Bq (0.0 luCi) type LB disk 47mm OD x 41mm AD deposited onto a polymetric membrane 0.9mg/cm2 aluminized mylar cover NIST 0017 EAB-239-47-LB 2 each Pu-239 370Bq (0.0 luCi) type LB disk 47mm OD x 41mm AD Electroplated onto stainless steel substrate No cover, NIST 0018 BF-099-A 5 each Tc-99 92.5 (0.0025uCi) type A disk 25.4111m OD x 20.4 m111 AD stainless steel substrate 0.9111g/c 1112 Aluminized Mylar NIST 0019 GF-137-D 1 each Cs-137 185Bq (0.005uCi) type D disk 25.4mm OD x 5mm AD NIST 0020 GF-290-0.1D 1 each Ba-1 33 Cd-109, Co-57, Co-60 Cs-137, Mn-54 Na-22 0.1 uCi Each type D disk 25.4111m OD x 5 111m AD NIST 0021 EAB-24 1-PL-FP 1 each A111-24 370Bq (0.0 luCi) 50.8m111 OD x 45111m AD Deposited Onto filter paper 100ug/cm2 acrylic NIST 0022 EAB-239-PL-FP 1 each Pu-239 370 Bq (0.01 uCi) 50.8m111 OD x 45111111 AD Deposited Onto filter paper 100ug/cm1112 acrylic NIST 0023 EAB-210-PL-FP 1 each Po-210 370Bq (0.01 uCi) 50.8mm OD x 45 mm AD Deposited onto Filter paper IOOug/c1112 acrylic NIST 0024 EAB-090-PL-FP 1 each Sr-90 370Bq (0.01 uCi) 50.8mm OD x 45 111m AD Deposited onto filter paper 0.9111g/cm2 Aluminized Mylar NIST 0025 EAB-099-PL-FP 1 each 0.9111g/cm2 Aluminized Mylar NIST Tc-99, 370 Bq (0.0 luCi) 50.8111111 OD x 45m 111 AD Deposited onto filter paper 0026 EAB-2 10-47LB 1 each Po-210, 370Bq (0.0 luCi) type LB disk 47mm OD x 4 1111111 AD Electroplated onto silver substrate No cover NIST 0027 EAB-099-47LB 1 each Tc-99. 370Bq (0.0 luCi) type LB disk 47mm OD x 41mm AD Electroplated onto Stainless steel substrate, No cover NIST 0028 GF-24 1-D 1 each A m-241. 37 kBq (luCi) type D disk 25.4111111 OD x 5mm AD NIST 0029 GF-133-D 1 each Ba-133 37kBq (l uCi) type D disk 25.4111111 OD x 5mm AD NIST 0030 GF-109-D 1 each Cd-109 37k Bq (I uCi) type D disk 25.4m111 OD x 5mm AD NIST 0031 GF-152-D 1 each Eu-152, 37k Bq (luCi) type D disk 25.4111111 OD x 5mm AD NIST 0032 8332 1 each U-232 370 Bq (iOnCi) +/-20% 5mL in 5mL FSA NIST traceable Uranlynitrate in IM HN03 The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small busines (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-13-P-0017 1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238; or by Fax to 321-494-1843. RESPONSES ARE DUE NO LATER THAN 7 Mar 14.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-P-0017/listing.html)
- Place of Performance
- Address: AFTAC, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03300058-W 20140302/140228234946-adcc8e0e0aacc657fb5b00855141192c (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 |