SOURCES SOUGHT
66 -- Ferromagnetic Resonance System
- Notice Date
- 10/1/2019
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-20-RFI-AM01
- Archive Date
- 10/17/2019
- Point of Contact
- Charnea' Calvin, Phone: 2024048462
- E-Mail Address
-
charnea.calvin@nrl.navy.mil
(charnea.calvin@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION OR AN INDICATION THAT A CONTRACTUAL COMMITMENT WILL EXIST AS A RESULT OF THIS RFI. This Sources Sought Notice (SSN) is in support of market research and procurement planning being conducted by the Naval Research Laboratory (NRL), Washington, DC. This SSN is for informational and planning purposes only and does not guarantee that this will be competed in FedBizOpps. The Government assumes NO financial responsibility for any costs incurred. A solicitation package is not available at this time. Contracting Office Address: NRL, 4555 Overlook Avenue, SW, Washington, DC 20375 OBJECTIVE: The intent of this RFI is to gauge industry interest and search for potential sources capable of fulfilling a requirement for equipment and components for a cryogen-free, variable temperature ferromagnetic resonance (FMR) system. The draft minimum technical requirements for the effort are in the below specifications. The Government is currently in the planning stages for this procurement and may continue to modify the language within the requirement as necessary. These specifications do not necessarily represent the final specifications. Sample size, mount • Up to 5 mm by 5 mm by 1 mm thick • Mounted on coplanar waveguide for FMR measurements • Peak to peak vibration less than 200 nanometers while cryocooler is operating Temperature range / stability • 10K to 350K with less than 50 milli-Kelvin peak-to-peak variations • cooling time from room temperature to 10K not to exceed 120 minutes Magnetic field range and control • bipolar field control with continuous sweep through zero field • plus / minus 7000 Oersted range with 12 mm magnet pole spacing • field resolution plus / minus 0.25 Oersted Electrical connections • four electrical feedthroughs capable of 20 GHz transmission FMR operation • frequency range: minimum freq of 2 GHz, maximum freq of at least 17 GHz • AC field modulation up to 1 Oersted Operating and analysis software system shall include software to provide • Computer control of temperature, magnetic field and frequency. • Acquisition of FMR spectra at a fixed frequency while varying the temperature • real time display of FMR spectra during acquisition • determination of resonance field and linewidth from FMR spectra • data analysis to extract saturation magnetization, Gilbert damping constant • plotting of FMR spectra, linewidth vs temperature and frequency, resonance field vs temperature and frequency, Optical access • Three optical ports along two orthogonal axes (horizontal and vertical) to permit optical access to the sample from the top along the vertical axis and along the horizontal axis • each port shall have a 1 inch outer window and a cold inner window which is 0.5” in diameter or greater • top port shall be adjustable to provide for a short optical working distance of 5 mm when needed, defined as the distance from the sample surface to the collection lens of the NRL-supplied optical system external to the sample space (this would typically be a microscope objective) • window material to be fused silica for optimal transmission from 400-1000 nm • system shall provide for plus/minus 10 mm manual translation of the sample along the x,y horizontal axes relative to the vertical optical access with 1 micron resolution • the basic FMR spectrometer (defined to be the variable temperature sample space with coplanar waveguide, optical access, and magnet) shall have a footprint no larger than 24” tall by 24” wide by 30” long so that it can be mounted on a standard optical table (provided by NRL) and interfaced to existing optical spectroscopic equipment (provided by NRL). The FMR / cryostation control electronics and closed cycle cryo-compressor can be floor mounted. CONTRACTOR RESPONSE FORMAT: Interested parties, at a minimum, shall supply all of the below required information in a Capability Statement. 1. CONTACT INFORMATION: a) Company Name and Address b) Point of Contact for questions/clarification c) Telephone Number and e-mail address d) DUNS Number, CAGE Code e) PSC Code of the proposed solution (SEE https://psctool.us) f) Business Size/Socioeconomic Categories 2. TECHNICAL INFORMATION: a) List of capabilities/resources relevant to the attached draft Specifications b) Prior experience of similar scope/complexity of taskings in the attached draft Specifications c) A list of job titles and qualifications suggested for this effort d) Past Performance Information - Provide in the response a list of Navy, DoD, or Federal contracts supported during the past 36 months with a brief description of the service provided for each contract. Only list contracts similar to those of the Draft SOW Specifications. e) Assumption - Provide a list of assumptions, if any, which were considered in formulating the response. ADDITIONAL REQUIREMENT DETAILS: Responses should be no more than 5 pages. PLACE OF PERFORMANCE: NRL-DC and Contractor Facility
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-20-RFI-AM01/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN05464742-W 20191003/191001230602-bbcf65f4bb7375b74b06b1572d2ade4d (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 |