Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2025 SAM #8546
SPECIAL NOTICE

66 -- Rheometer Attachment

Notice Date
4/18/2025 6:29:53 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Response Due
4/25/2025 8:00:00 AM
 
Archive Date
05/10/2025
 
Point of Contact
Kristin Ulma
 
E-Mail Address
susan.ulma@us.af.mil
(susan.ulma@us.af.mil)
 
Description
This is a special notice prepared in accordance with Federal Acquisition Regulation (FAR) subpart 5.2, Synopses of Proposed Contract Actions. The contracting office for this notice is the 10th Contracting Squadron, USAF Academy, CO 80840. The US Air Force Academy (USAFA) intends to award a sole source commercial contract to TA Instruments � Water LLC, for a Rheometer attachment. Description of Services: Rheometry is a vital tool in materials research and development. The US Air Force Academy is equipped with TA Instruments discovery hybrid rheometer (DHR). Owing to its modular design the functionality or a hybrid rheometer can be easily expanded through the addition of TA instruments DHR modular attachments. The additional functionality the Government requires is the dielectric rheometry module. This module will allow for substantial expansion in functionality allowing for simultaneous collection of dielectric and rheological measurements. This provides the ability to determine how a material is storing charge while being mechanically manipulated. This is highly advantageous for materials such as PVC, PFDF, PMMA, PVA, and other novel materials, composites, and blends. The dielectric rheometry module should meet or exceed the following technical specifications when evaluated as described for each value: 1. Compatible with TA DHR3 discovery hybrid rheometer 2. Compatibility with environmental testing chamber for temperature control 3. Capable of standalone dielectric measurements 4. Capable of simultaneous rheological oscillatory and dielectric measurements 5. Comes with disposable aluminum plates 6. Voltage range of at least 0.01 to 15V or greater range. 7. Temp control: -100C to 300C or wider range. 8. Fully compatible with TRIOS software 9. Dielectric frequency range: 20 Hz to at least 2 MHz 10. Smart swap install and removal 11. Compatible with PVDF material 12. Must have instrument software. The market research results indicate that TA Instruments - Water LLC is the only known responsible source capable of fulfilling all aspects of this requirement. The identified sole source is: TA Instruments � Water LLC 159 Lukens Drive New Castle DE 19720 UEI: SV5VEP8C43D8 THIS IS NOT AN INVITATION FOR COMPETITIVE QUOTES. This acquisition is being pursued on a sole source basis under the authority of 10 USC 2304(c)(1), only one responsible source. This notice of intent is not a request for competitive quotes; however, the Government will consider all responses received to this notice by the closing date and time of this notice. Any responses to this notice received after the closing date and time will be late and may not be taken into consideration. All information submitted should support the offeror's capability to fulfill this requirement and shall be furnished at no cost or obligation to the Government. Oral communications are not acceptable in response to this notice. A determination by the Government not to compete this proposed requirement is solely within the discretion of the Government. If no responses are received, the government will proceed with the sole source acquisition. Points of Contact: Ms. Susan D. Ulma, Contracting Officer, susan.ulma@us.af.mil. 5352.201-9101 Ombudsman (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 ombudsmen, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-3829 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of 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.The ombudsman has no authority to render a decision that binds the agency. (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
SAM.gov Permalink
(https://sam.gov/opp/4d22a0542282469784ac9adbd847d51d/view)
 
Place of Performance
Address: New Castle, DE 19720, USA
Zip Code: 19720
Country: USA
 
Record
SN07413994-F 20250420/250418230043 (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 |
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.