SOLICITATION NOTICE
66 -- D8 Venture Single Crystal X-Ray Diffractometer System
- Notice Date
- 9/9/2016
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-16-T-0164
- Archive Date
- 9/29/2016
- Point of Contact
- Shaun M. Bright, Phone: 719-333-3600, Diana Myles-South, Phone: 719-333-8650
- E-Mail Address
-
shaun.bright@us.af.mil, Diana.South@us.af.mil
(shaun.bright@us.af.mil, Diana.South@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The 10th Contracting Squadron, Directorate of Contracting, United States Air Force Academy (USAFA) intends to award as a Brand Name/Sole Source basis to the vendor, Bruker AXS, Inc. for a D8 Venture Single Crystal X-Ray Diffractometer System. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-89, effective 15 August 2016. This diffractometer is required by the USAFA Chemistry Research Department. The brand name diffractometer can only be provided by Bruker AXS, Inc., 5465 E. Cheryl Pkwy, Madison, WI 53711-5373, a large business. This procurement is for the acquisition of a brand name/sole source commercial item using simplified procedures in accordance with FAR Parts 12 & 13. The North American Industry Classification System Code (NAICS) is 334516 and the size standard is 1,000 employees. 1. Only one responsible source, and no other, will satisfy current USAFA requirements. 2. A diffractometer system is required that has hardware capabilities including (1) shutterless CMOS X-ray detection capability that gives short analysis times that are conducive to laboratory/class time constraints, (2) air cooled and interchangeable X-ray sources that do not require external water coolers and that operate on 110V, (3) intense Cu and Mo X-ray beams that allow for analysis of a wide range of samples and that allow analysis of very small crystals, (4) a high precision goniostat and (5) user friendly software to ensure current methods and time tested laboratory procedures remain viable. The following summarizes justification of single source from Bruker AXS, Inc. by detailing more specifically the hardware and software requirements, as well as requirements that other vendors do not meet. (a) CMOS detector with a large, 10,000 mm2 active area, that operates in shutterless mode, that employs an embedded scintillator optimized for Mo and Cu radiation, that has a pixel size of 96 microns at the front face that matches the point spread function of the phosphor, and that does not require any fiber-optic demagnification tapers. The Photon 100 detector, manufactured by Bruker AXS, Inc., is the only detector on the market that meets all of these requirements. This type of detector is not available from Rigaku, Agilent, or STOE. (b) Dual (Mo and Cu) microfocus optics that operates in low power mode (110V vs 220V) and does not require an external water cooler. The system must employ multilayer optics, and provide 75X the intensity of a conventional Cu sealed X-ray tube. Although dual optic systems are available from other vendors (Rigaku, Agilent, and STOE), they do not operate using a 110V power source. The low power optics, available only from Bruker AXS, Inc., is a requirement due to facilities limitations. (c) Short beam path that boosts intensity to at least 3X that of conventional flat graphite monochromators. This leads to high signal to noise ratio, and is ideally suited for weakly diffracting samples and/or small crystals frequently encountered in laboratory courses and research. This requirement is only available from Bruker AXS, Inc. (d) Versatile, robust and precise goniostat having a sphere of confusion less than 7 microns and having a motorized detector distance track that allows the detector (see item 1, above) to move from 28 mm for maximum coverage out to 240 mm for maximum resolution. The goniostat must be of the kappa type and allow for special experiments including diffuse scattering, high pressure experiments, transmission experiments, and the capability to study powder patterns from small powder samples. This requirement, combined with 1-3, above, is available only from Bruker AXS, Inc. (e) Software that has the capability to index twinned crystals by visual inspection of the reciprocal lattice components and by automatic indexing. The software must have the capability to apply absorption corrections to all components of multiply twinned crystals. The software must also allow for re-evaluation of frames data from data collections on the existing model Bruker diffractometer, and be able to use the latest algorithms to process the data. For low temperature data collection, the software must also be able to simultaneously control the low temperature accessory as well as the diffractometer. The software package must include all required to collect and process data from powder X-ray samples. This software requirement, in addition to ease of use that is important in our laboratory courses, is available only from Bruker AXS, Inc. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote at this time. Any offerors believing they can provide a diffractometer that meets the requirements described above may provide evidence for consideration. Evidence must support the offeror’s claim they can provide this brand name or an equal product. All qualified sources may submit a response, which if received timely, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received NLT 09:00 a.m. MDT on 14 September 2016. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://sam.gov/. The Government intends to award a firm fixed price purchase order processed in accordance with FAR 12 and 13. Questions should be addressed to the Primary POC: Shaun Bright, Contract Specialist, (719) 333-3600 or send via e-mail to shaun.bright@us.af.mil. Alternate POC is Diana Myles-South, Contracting Officer, (719)-333-8650, diana.south@us.af.mil. 5352.201-9101 OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2704 FAX 719-333-9103 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-16-T-0164/listing.html)
- Place of Performance
- Address: USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN04264646-W 20160911/160911092412-4b1e060b27f46f0eaf39976934245bce (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 |