SOURCES SOUGHT
66 -- Sources Sought for Fourier transform infrared spectroscopy instrument
- Notice Date
- 12/2/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0032
- Archive Date
- 12/24/2015
- Point of Contact
- Allison S. Murray, Phone: 3013940754
- E-Mail Address
-
allison.s.murray.civ@mail.mil
(allison.s.murray.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. In order to meet mission requirements, the FTIR system must meet the following minimum requirements: • Vacuumed beam line • Two way Transistor-Transistor Logic (TTL) trigger • Reliable and timely support • The minimum signal to noise for a five (5) second 100% line measurement should exceed 7.500:1 peak-to-peak (or < 5.8*10-5 absorption unit (AU) noise) using the following conditions: o Four (4) centimeter (cm)-1 spectral resolution Blackman Harris 3-Term apodization Deuterated Tri Glycine Sulfate (DTGS) detector o Potassium Bromide (KBr) beam-splitter (7.800-370 cm-1 and air cooled source Noise calculated as peak-to-peak between 2.200 to 2.100 cm-1 Average value calculated from values for ten (10) consecutive measurements • The achievable signal to noise for a five (5) second 100% line measurement should exceed 9000:1 peak-to-peak (or < 4.8*10-5 AU noise) using the following conditions: o Four (4) cm-1 spectral resolution Blackman Harris 4-Term apodization DTGS detector, KBr beam-splitter (7,800-370 cm-1) and air-cooled source Noise calculated as peak-to-peak between 2200 to 2100 cm-1 • The instrument spectral resolution should be continuously variable to a maximum of at least 0.2 cm-1 (apodized) and should be upgradeable to better than 0.07 cm-1 resolution (nonapodized). In the visible spectral range a resolution power of better than 300.000:1 ratio of wavenumber to error in wavenumber (ν/Δν) is provided. The standard spectral operating range should be not less than 8.000 -350 cm-1. • The spectrometer must be FULLY digital, with the Analog-to-digital converter (ADC) converter integrated with the detector preamplifier. Partly analog spectrometers are not acceptable due to possible noise pickup and degradation of the analog signal along the signal path from the detector to the ADC. • The systems Analog-to-digital converter must have a 24 bit dynamic range for accurate representation of spectra and best signal-to-noise. Gain switching schemes to achieve higher dynamic range are not acceptable, due to generation of artifacts in the data. • The instrument should include a software-controlled aperture wheel with 12 positions ranging from 0.25 up to eight (8) millimeters (mm) for optimization of throughput. An iris-aperture is not acceptable, due to lack of reproducibility. • The main sample compartment should have a center focus to accommodate the complete range of commercially available accessories and large customized accessories. The sample compartment should measure not less than 25 cm (wide) by 27 cm (deep) by 16 cm (high). The sample compartment cover should be easily removable without the use of tools. • The instrument as well as the sample compartment must be able to be purged. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 500 employee standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought synopsis are due no later than 11:59pm eastern standard time 12/09/2015 Submissions should be emailed to Allison Murray at Allison.s.murray.civ@mail.mil. Faxed submissions can be sent to (301) 394-4910. Mailed submissions can be sent to the address in block 7, ATTN: Allison Murray. Questions concerning this sources sought synopsis may be directed to Allison Murray at Allison.s.murray.civ@mail.mil or (301) 394-0754. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: 2800 Powder Mill Road Adelphi MD 20783-1145 (14) Estimated Delivery Timeframe or Period of Performance: 10 weeks
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e2f0ddc9f720b17273f8823c5426928c)
- Place of Performance
- Address: 2800 Powder Mill Road, Bldg. 601, Adelphi, Maryland 20783, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN03958625-W 20151204/151202234356-e2f0ddc9f720b17273f8823c5426928c (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 |