Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

66 -- Near Field and Confocal Microspectrscopic Instrument Suite

Notice Date
7/12/2011
 
Notice Type
Modification/Amendment
 
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-R-0126(ss)
 
Archive Date
8/15/2011
 
Point of Contact
Jennifer R. Begg, Phone: 9375222277
 
E-Mail Address
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) SOURCES SOUGHT EXTENDED UNTIL 15 JULY 2011 at 4PM EST. ( Everything else remains the same) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a new near-field and confocal microspectrophic instruments suite. Firms responding shall specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The following is a list of for a near field and confocal microspectroscopic instrument suite. In order to meet requirements of anticipated experimental evaluations it must be a single, integrated system with the ability to: 1. Operate in confocal microscopy, Raman microscopy, and near-field optical scanning microscopy (NSOM) modes of operation while also collecting topographic images, and to perform simultaneous confocal and near field measurements and register data. 2. Operate multiple near-field optical probes (two, three, or four) and control all of the probes independently in three dimensions (and independent of the sample position). 3. The system must be supplied with two laser sources at 532nm and 633nm and the ability to add additional external or internal sources for Raman, fluorescence or other spectroscopic characterization over a wavelength range of 450nm to 1.5um. 4. Independently control the sample position in three dimensions relative to the near-field optical probe position. This movement should be accomplished in a "fine" (high resolution) mode at least 10 microns in the z-direction to accommodate thick samples without going to "coarse" movement and back to "fine." 5. Perform Raman spectroscopy in both near-field optical scanning and confocal modes with an integrated spectrometer utilizing a scientific grade, large pixel, cooled detector array. 6. Use both straight and bent/cantilevered probes depending on the sample being studied and whether experiments use a single probe or multiple probes to allow for simultaneous optical imaging and a maximum flexibility to address samples with optical stimuli. 7. Use a wide range of probes capable of coated-aperture-NSOM, uncoated-aperture-NSOM, apertureless-NSOM, micropipetting, and electrical resistive/thermoelectric testing. 8. Be compatible with external ultrafast laser source in confocal and NSOM modes of operation. The external source would be brought into the system through provided optical routing structures for use in microscopy modes. 9. Remove the upper microscope assembly to allow for free space illumination from the top of the sample with an external ultrafast or other laser source. 10. Use an external ultrafast or other laser source through a microscope objective as well as through free space with a usable angle of incidence from normal incidence to at least 70 degrees relative to the normal of the sample. 11. The microscope system must be able to operate in the following modes at a minimum: a. Illuminate the sample (with internal or external source) through a probe and collect the reflected or transmitted light (excitation NSOM or Raman) with a microscope above and below the sample/probe plane. b. Illuminate the sample from above (with internal or external source) and collect light through a probe (collection NSOM or Raman). c. Illuminate the sample through a probe and collect light through a second probe. 12. A flexible probe supply contract is required to guarantee system maintainability. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment 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 that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Jennifer.Begg@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Jennifer Begg, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 9:00 AM Eastern Standard Time, 08 July 2011. Direct all questions concerning this acquisition to Jennifer Begg at Jennifer.Begg@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-R-0126(ss)/listing.html)
 
Record
SN02496313-W 20110714/110712235158-5b4fdeb915e71692a9f437bfd030d2a2 (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.