Federal Bid

Last Updated on 08 May 2013 at 8 AM
Sources Sought
Location Unknown

UV-Vis Spectrophotometer

Solicitation ID FA2823-13-SPECTROPHOTOMETER
Posted Date 04 Apr 2013 at 7 PM
Archive Date 08 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION. This is a sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.

The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida, is seeking potential sources capable of supplying a UV-Vis Spectrophotometer. This instrument will be used by the Air Force Research Laboratory to perform measurements within the range of 190 nm to 1400 nm. The apparatus must be capable of measuring 5.0 Abs measurements for solutions. Additionally, the instrument shall be able to measure powders and films via integrating sphere in diffuse reflectance mode. The following are the minimum specifications/requirements:

Specifications/ Requirements:

• UV-Visible double-beam spectrophotometer - single monochrometer, 190 - 900 nm, -5 to 5 Abs, 0.005% (NaNO3 at 340 nm).
• Include UVProbe and validation/calibration software.
• Czerney-Turner single monochromator double-beam system;
• R-928 photomultiplier tube; 185 - 900 nm; -5 to 5 Abs (%T, %R: 0 to 100000%);
• Wavelength accuracy +/- 0.1 nm @ 656.1 nm D2 and +0.3 nm all range;
• Wavelength repeatability +/- 0.05 nm;
• Stray light: Max 0.005% (NaI @220nm), 0.005% NaNO2 @340nm and 370nm, and Max 1.0% (KCl @198nm);
• Photometric accuracy +/- 0.002Abs (0.5 Abs), +/- 0.003 Abs (1.0 Abs), +/- 0.006 Abs (2.0 Abs);
• Baseline stability within 0.0002 Abs/H @ 700 nm;
• Wavelength slew rate: 14,000 nm/min,
• Scan rate: 4000 to 0.5 nm/min;
• Operable temperature range of 15 to 35 Deg C
• Operable humidity range of 30 to 80%;
• Installation and customer familiarization
• 1 year warranty
• PC workstation
o Minimum 2.40GHz/13337MHz/4MB L2 cache
o Minimum Intel® Core 2 DuoTM processor
o Windows® 7 Pro 32 bit licensed and installed, operating system
o Minimum 2GB Dual-Channel DDR3 1333MHz SDRAM memory
o Minimum 250GB SATA hard drive,
o Minimum 16X DVD+/- RW drive
o Minimum 512MB PCIe x16 NVidia Graphics Card,
o Minimum Intel Integrated Gigabit 10/100/1000 network connection
o Minimum 22inch LCD Widescreen, Flat Panel Monitor with resolution up to 1680 x 1050, contrast ratio - 1000:1 and brightness - 300 cd/m2, 0.282 mm pixel pitch.
o Include USB keyboard and optical wheel mouse (must not be wireless)
o At least 1 year warranty
• Include maintenance contract terms and costs for onsite, as-needed service, yearly calibration and yearly preventative maintenance

Feedback, questions, and comments regarding the above technical capabilities are welcomed.

Interested firms are invited to submit a Statement of Capability (SOC) showing the company's ability to fulfill the requirement described above. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on FEDBIZOPS.

Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS- 334516, Size Standard- 500. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this synopsis. Responses are requested no later than 23 April 2013. Direct responses and/or questions to Chantel Rutland, [email protected] or fax to 850-882-1680. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Jun 2013 at 8 PM
Jefferson Arkansas 21 May 2012 at 9 PM
New orleans Louisiana 11 Jul 2023 at 3 PM
Location Unknown 07 Aug 2002 at 5 AM
Frederick Maryland 02 Mar 2010 at 5 PM

Similar Opportunities

Gaithersburg Maryland 14 Jul 2025 at 8 PM
California city California 25 Jul 2025 at 9 PM