Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOURCES SOUGHT

66 -- Enegy Dispersive Spectroscopy/Electron Backscatter Diffraction System

Notice Date
6/2/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0158SS
 
Archive Date
6/24/2011
 
Point of Contact
Jason J. Lo, Phone: 9375224550
 
E-Mail Address
jason.lo@wpafb.af.mil
(jason.lo@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/PKO Division, Wright-Patterson AFB, OH is seeking potential sources under FA8601-11-T-0158SS to determine if qualified businesses are capable of providing a Energy Dispersive Spectroscopy-Electron Backscatter Diffraction system IAW the requirements below. Firms responding should specify their product meets the technical requirements listed below. All interested firms shall submit a response demonstrating their capabilities to provide the product meeting the specifications to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334516. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package with evidence to provide a system which meets or exceeds the requirements. All capability packages must include: 1. Not to exceed five (5) single-sided pages in length. 2. Include small business classification(s): (Small Business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.) 3. Address requirements numbered below: (1) The EDS detector shall be capable of mapping at an maximum input count rate of greater than 750,000 x-ray input counts per second (average output count rate greater than 250,000 counts per second) with an energy resolution less than or equal to 170 eV to enable high throughput hyperspectral x-ray mapping. Also, the energy resolution at lower count rates (up to 100,000 input counts per second) shall be better than or equal to 133 eV measured for the Mn K alpha line. Lastly, the EDS detector shall use electronic cooling methods (such as Peltier cooling) to eliminate the need for liquid nitrogen cooling and minimize vibrations to the Dual-Beam Focused Ion Beam Instrument. (2) The EDS system software shall allow for collection of hyperspectral chemical data from a Dual-Beam Focused Ion Beam Instrument in point, line, and mapping modes, including fast hyperspectral mapping modes (up to 1024 x 1024 pixel maps with pixel dwell times at or above 1 microsecond) for collecting hyperspectral data. Drift correction software shall be supplied to reduce specimen drift effects during data collection. The software shall enable both qualitative and quantitative (standard and standardless) automated and user-interactive analysis of the EDS data, and shall be capable of both inputting and saving the hyperspectral data in EMSA/MAS format. (3) The EBSD detector shall contain a minimum of 640 x 480 pixels, and 12 bit or higher resolution camera. The system shall be capable of collecting EBSD patterns from a Dual-Beam Focused Ion Beam Instrument at the following minimum speeds: (i) 880 EBSD patterns per second using 80 x 60 pixel images to allow for high throughput crystallographic mapping (ii) 620 EBSD patterns per second using 160 x 120 pixel images to allow for improved angular resolution indexing while still allowing for high throughput mapping. The EBSD system shall be capable of storing the EBSD patterns in a lossless format directly to disk at the speeds listed above, to enable re-indexing of the data post experiment. The system shall be supplied with two extra phosphor screens for the EBSD detector. (4) The EBSD system software shall allow for collection of crystallographic maps and automatic indexing of the EBSD patterns using Hough transform-based methods, and indexed maps shall be exportable to text file (ASCII) format. (5) EDS-EBSD system shall be capable of collecting combined EDS & EBSD data at speeds up to 200 points per second. In such combined mapping, the EDS data shall be capable of being stored in hyperspectral form. (6) Both the EBSD and EDS detectors shall be motorized and shall be capable of remote-controlled insertion and retraction from the system software. (7) The system shall be provided with a user-accessible Application Programming Interface (API) for creating custom scripts to enable remote control of the acquisition, storage, and transfer of either chemical or crystallographic mapping data from either the EDS or EBSD systems. Full documentation of the API shall be provided with the system. (8) The system shall be supplied with a PC and software for data collection and analysis. A 24" or larger LCD monitor shall be provided, and the PC shall have at multiple processors (minimum of a dual quad core), two hard drives with a minimum 500 GB capacity per drive, and a minimum of 4 GB of RAM. The system software should enable client-server operation over a Local Area Network (LAN), and should be supplied with Windows XP and MS Office Basic in addition to OEM-supplied data acquisition and control software. (9) The system shall be capable of communicating with a Tescan LYRA-3 Model XMH Integrated Focused Ion Beam Instrument and Field Emission Scanning Electron Microscope. (10) Provided warranty and extended warranty information concerning parts, all labor, service technician travel expenses, and emergency service visits. (11) An additional license for the system analysis software (both EDS and EBSD) shall be provided to enable data analysis on secondary computer not connected to the system hardware. (12) Classroom-based (one credits) and limited on-site instruction on the use of the integrated EDS/EBSD system shall be provided. The Government intends to consider all comments and the responsive capability statements when developing its final acquisition strategy and resulting RFQ(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps. All interested parties should check back frequently for updates. Responses may be submitted electronically to the following e-mail address: jason.lo@wpafb.af.mil in a Microsoft word compatible format to be received no later than 1:00 p.m. Eastern Standard Time, 9 June 2011. Direct all questions concerning this acquisition to Jason Lo at 937.522.4548.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0158SS/listing.html)
 
Place of Performance
Address: ASC/PKOA, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02462267-W 20110604/110602234517-cc8e9072addcb6684135e9c44401caf0 (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  © 1994-2020, Loren Data Corp.