Federal Bid

Last Updated on 07 Oct 2011 at 8 AM
Sources Sought
Wright patterson air force base Ohio

Thermoluminescent Dosimeter (TLD) Badge

Solicitation ID FM891112440094(ss)
Posted Date 12 Sep 2011 at 9 PM
Archive Date 07 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing ten thousand (10,000) Thermoluminescent Dosimeter (TLD). Contractors responding should specify that their product 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 required specifications for the Thermoluminescent Dosimeters (TLD) are as follows:

1. Must be a four-element dosimeter
a. Elements 1 & 2 must be Lithium Borate

b. Elements 3 & 4 must be Calcium Sulfate

2. Must be able to detect Beta, Gamma and Neutron Radiation

3. Must have a Lower Limit of Detection of 10 mrem

4. The TLD physical configuration must be compatible with both the ISA 820 and Panasonic UD-874 TLD Hanger

5. The TLD physical configuration must be such that it is compatible and can be read by a Panasonic UD-7900M Automatic TLD Reader .

a. This must be accomplished with no modifications to the UD-7900M at the Government's expense.

b. This must be accomplished with no modifications to the TLD

6. The TLD physical configuration must be such that it is compatible with the Panasonic UD-794C Automatic TLD Irradiator

a. This must be accomplished with no modifications to the UD-7900M at the Government's expense.

b. This must be accomplished with no modifications to the TLD

7. These must be new and never used TLDs

8. The TLDs must be numbered in a manner that precludes duplication within the USAF Dosimetry Inventory
All interested contractors 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.

Contractors 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 334517. 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 contractor 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 contractors 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: [email protected] in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 9:00 a.m. Eastern Standard Time, 22 September, 2011. Direct all questions concerning this acquisition to Stephanie Roberts at [email protected].

 

Bid Protests Not Available

Similar Past Bids

Wright patterson air force base Ohio 28 Oct 2011 at 1 PM
Wright patterson air force base Ohio 26 Jul 2013 at 1 PM
Wright patterson air force base Ohio 13 Dec 2016 at 6 PM
Location Unknown 27 Jun 2018 at 11 PM

Similar Opportunities

Location Unknown 08 Jul 2025 at 4 AM
Tampa Florida 28 Jul 2025 at 1 PM
California 09 Jul 2025 at 10 PM
California 09 Jul 2025 at 10 PM
Warwick Rhode island 16 Jul 2025 at 3 PM