SOURCES SOUGHT
66 -- Bruker D8 Venture Diffractometer
- Notice Date
- 6/15/2020 10:59:38 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1SRQR0148A001
- Response Due
- 7/15/2020 10:00:00 AM
- Archive Date
- 07/30/2020
- Point of Contact
- Kelly Puvogel, Monika Masei, Phone: 6612777708
- E-Mail Address
-
kelly.puvogel@us.af.mil, monika.masei@us.af.mil
(kelly.puvogel@us.af.mil, monika.masei@us.af.mil)
- Description
- SOURCES SOUGHT The Air Force Test Center (AFTC) is seeking potential sources from industry on its ability to provide a single Bruker D8 Venture Diffractometer that provides the capability to determine the chemical structure of propellant candidates which are synthesized at the Air Force Research Laboratory (AFRL). The acquisition will include all equipment, software licenses, shipping, and on-site installation and training that will enable AFRL personnel to acquire and solve crystallographic data for new compounds synthesized in the lab. � The minimum capabilities and features of a viable Bruker D8 Venture X-Ray Diffractometer are: Highly-accurate, high-precision, multi-axis goniometer with optical encoders.� This alignment should ensure an intersection of all axes within a sphere (Sphere Of Confusion) of less than 7 micrometer. The detector must support shutterless data collection. Both the detector and x-ray tube must be air cooled. Maximum X-ray safety must be guaranteed by at least to two independent fail-safe safety circuits. The maximum radiation level for the instrument should be below 1 micro-Sievert/h under measurement conditions. The high voltage power supply must be able to: High voltage: 0-50 kV, adjustable with 16 bit resolution control �Current: 0-2 mA, adjustable with 16 bit resolution control Stability: +/-0.1% per 8 hours, after a 30 minutes warm-up period Load regulation (no load to full load): voltage: better than 0.01%, beam current better than +/- 2?A Line regulation: better than +/- 5 V and better than +/- 2?A for an up to 10% variation of main supply Maximum power load: 80W Air cooled Electrical power supply should be: Electric supply: 110V (�10%), 60Hz, single-phase. Maximum power consumption: 2 kVA Goniometer Horizontal goniometer Angular range: 360� (without accessories) Angular positioning: stepper motors with optical encoders Smallest addressable increment: 0.0001� Maximum angular speed: 20�/s (depending on accessories) Accuracy: 0.005� Reproducibility: 0.0002� Dual source capability with Copper and Molybdenum. In response to this Sources Sought, respondents shall submit written responses via electronic mail. Respondents shall include product specifications with submission if responding with �Equal� items. PRODUCTS: The Government is interested in receiving vendors� capability statements for items they believe meet the need in this Sources Sought. Supplying pricing data does not imply a contractual obligation. ADDITIONAL SUBMISSION INFORMATION: The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. All information received in response to this Sources Sought shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15-207, Handling Proposals and Information. All information received in response to this Sources Sought that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this Sources Sought will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this Sources Sought does not preclude participation in any future associated request for proposal that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on either GSA or the System for Award Management at www.beta.SAM.gov. It is the potential vendor's responsibility to monitor these sites for the release of any follow-on information. HOW TO RESPOND: If you are interested in responding, please provide the following information: 1. CAGE/DUNS information 2. Statement providing information you feel is relevant in meeting the requirements of this Sources Sought notice. Please respond to the parties below no later than 15 July 2020, 10:00AM PST: PRIMARY: Kelly Puvogel: kelly.puvogel@us.af.mil SECONDARY: Monika Masei: monika.masei@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b762439f032c42ffb6b591360cba52af/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN05691701-F 20200617/200615230218 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |