Maryland Bids > Bid Detail

Portable Chip Debris Analysis System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159708159959488
Posted Date: Nov 15, 2022
Due Date: Nov 22, 2022
Solicitation No: N0042123T0002
Source: https://sam.gov/opp/27c613a0b7...
Follow
Portable Chip Debris Analysis System
Active
Contract Opportunity
Notice ID
N0042123T0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2022 04:03 pm EST
  • Original Date Offers Due: Nov 22, 2022 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 07, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6630 - CHEMICAL ANALYSIS INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Patuxent River , MD
    USA
Description

Solicitation N00421-23-T-0002 is issued as a synopsis/solicitation. Products must be GASTOPS INC, under the authority of FAR Part 12, FAR Part 13 and this RFQ is a Total Small Business Set-Aside authority of FAR Part 52.219-6. The instruments are manufactured exclusively by GasTOPS Inc., and, only GasTOPS Inc. can provide these unique components and support



Offerors must be registered in the System for Award Management (SAM) database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at https://www.sam.gov/portal/public/SAM.



Award all or none



See Attached RFQ.



Items must be brand new



Only U.S. Citizens will be granted access to Patuxent River, NAWCAD



The NAICS code for this acquisition is 334516, with a size standard of 1000 employees.



THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS.



SOW



All items must be TAA Compliant



TECHNICAL REQUIREMENTS



All components of the system and software shall be manufactured and serviced by the same



company/organization. A maintenance/Service contract will follow upon purchase of this equipment.



1. Instrument Requirements:



1.1. Be capable of measuring the area of wear metal chips isolated from an engine and /or gearbox.



1.2. Be capable of identifying metals and alloys of interest to NOAP customers such as but not limited to brass, chromium, copper, low alloy steel, M50, M50 NIL, nickel, silver, titanium alloys, tungsten carbide, 4340/ 9310 alloy,



1.3. Be capable to identify the material composition of individual particles and track which particle corresponds to which material in a sample report.



1.4. Not consume the sample during the analysis



1.5. Be field deployable, i.e. capable of running outside of a laboratory in environments such as a hangar bay or airfield.



1.6. Be capable of being transported by one individual.



1.7. Be capable of operating over a wide range of temperatures



1.8. Be capable of operating on both 120 VAC and 240 VAC outlets



1.9. Be capable of being operated by battery power for a minimum of four hours



1.10. Be equipped with touch screen user interfaces



1.11. Be capable to analyze chemical composition without the requirement of a vacuum.



1.12. Be fully capable of running ASTM method D8182-18.



1.13. Be capable of transmitting data via a serial RS-232 connection



1.14. System should not require a separate computer/PC outside of the purchased system to operate.



1.15. System training to Government personnel shall be done within 90 days of installation.



1.16. The manufacturer shall provide all standards for initial setup, calibration, and optimization.



1.17. Inspection and Acceptance of the items will be conducted at destination by authorized NAWCAD Government personnel.





2. Software Requirements



2.1. The software shall run on Windows 10 or higher operating systems, 64 bits. Provide a single point of control for all of the system’s components, features, and functionality and allow data processing concurrent with sample analysis.



2.2. Be easy to use and able to automatically load a pre-set method so the analysis can be started immediately without method development or alignment, and with minimal training, saving time and ensuring stable, accurate, and reproducible performance.



2.3. Be able to provide fast multi-element analysis, simultaneous data collection, and ready retrieval of raw data files.



2.4. Be capable of capturing of monitoring the instrument operating condition and provide the user with notification of required troubleshooting, cleaning, and maintenance.



2.5. Save sample data local to unit and offer the capability to download data.



2.6. Export data in a CSV format.



3. Deliverables



The deliverables include one fully operational instrument as described in the previous section that is ready for installation. The instrument should include enough sample patch kits to allow for 400 individual samples to be tested with the instrument.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 04:03 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >