Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
SPECIAL NOTICE

66 -- Fee-Based User Facilities for Imaging and Analysis of Material Constituents and Properties

Notice Date
3/29/2016
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE CERL, Champaign, 2902 Farber Drive, P O BOX 9005, CHAMPAIGN, Illinois, 61826-9005, United States
 
ZIP Code
61826-9005
 
Solicitation Number
W9132T-16-N-0001
 
Archive Date
4/23/2016
 
Point of Contact
Thomas F. Nowocin, Phone: 2173734478
 
E-Mail Address
tom.f.nowocin@usace.army.mil
(tom.f.nowocin@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Engineer Research and Development Center-Construction Engineering Research Laboratory (ERDC-CERL) intends to award a contract to the University of Illinois on a sole source basis under the authority provided at FAR 13.106-1(b)(1). The ERDC-CERL CFM Branch has a requirement for fee-based user facilities with instruments capable of performing imaging and analysis of material constituents and properties at the micrometer and nanometer scale. Research operations often produce sensitive products which must be analyzed immediately or with minimal exposure to adverse environments. Immediate proximity to ERDC-CERL in Champaign, IL is required, as long commutes to an analysis facility would prove counterproductive and potentially negate resource-intensive experimental results. Facilities at the University of Illinois offer access to the required capabilities; the university has been identified as the only such source within 100 miles of ERDC-CERL. Thus, this requirement will be sole sourced to the University of Illinois in accordance with FAR 13.106-1(b)(1). In order to accomplish the work under this requirement, it shall be necessary for the contractor to provide the following: a. Certain short-run or single-instance instrument use may be performed by the contractor's instrument managers. Such sessions will be considered and organized on a case-by-case basis according to facility policy and standard operating procedures. b. Prior to allowing "self-use" access to specialized, sensitive, and expensive instruments, orientation and training are required. Orientation shall occur on a mutually convenient schedule and shall follow a staff-assisted or orientation/training rate schedule. Orientation is intended to ensure the maintenance of integrity and operability of the instrument and to optimize the usefulness of the results by ensuring that the full capability of the instrument is utilized. c. Once orientation has been completed, the contractor shall consider allowing "self-use" access to instruments as need arises. Physical key or card access to instruments shall also be considered on a case-by-case basis. Scheduling of access times shall be according to facility policy and standard operating procedures. d. Required instrumentation includes the following: (1) Raman spectrometer, atomic layer depositor, nanoindenter, transmission electron microscope, x-ray and electron spectrometers, and x-ray diffractometers (2) Environmental scanning electron microscope, sputter coater, micro/nano x-ray computed tomography scanners, and 3-D visualization software (3) Mass spectrometers, nuclear magnetic resonance spectrometers, and inductively coupled plasma spectrometers (4) Dynatup impact towers, clip gage load frame attachments, environmentally controlled load frames, and high-speed, servo-hydraulic load frames Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Any responses to this notice shall be provided by 8:00 AM CT, 8 April 2016, to: tom.f.nowocin@usace.army.mil Telephone responses will not be accepted. Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete FAR and DFARS representations and certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W9132T-16-N-0001/listing.html)
 
Record
SN04066372-W 20160331/160329235047-07ec8ce930deb041259b766f8a04126e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.