Minimum requirements:
1. One detector module which consists of a the following:
a. Single HPGe double-sided strip detector (DSSD)
b. ~9 cm in diameter and 11-13 mm thick active depth
germanium crystal with 16, 5-mm wide charge collection strips on both the
front and rear face (positioned orthogonally relative to the front strips)
of the detector crystal. The center-most strips should be 8.5 cm long.
c. Preamps and contact leads must be attached on the
periphery of the crystal to allow for see-through capability of detector so
that Compton scattered events can be analyzed.
d. A liquid nitrogen cooled cryostat and 30L Dewar
e. Capable of re-filling liquid nitrogen without removing
detector
f. Power Supply with High Voltage breakdown protection
2. Electronics module consisting of a 72-channel (SPEC 72) (one input
for two, 32-channel DSSD (16 strips on the front and 16 on the rear of each
detector) and 4 channels for additional detectors to examine Compton
scattered events which are placed behind each DSSD), 50 MHZ, 50 Msps
electronics data collection system. The Field Programmable Gate Arrays
(FPGAs) must be programmable. The system must be a minimum of 12-bit. The
FPGA's must be programmed to provide the areas of transient charges on
adjacent strips on both sides of a full charge collecting strip so that
position interpolation of the full-charge event is possible. Additionally,
the FPGAs must also determine the time and energy of each charge collecting
event and transient charge on any channel. All 72 channels must run on a
master clock to determine coincidence between channels. The clock can reset
every 5 microseconds. Digital filters (trapezoidal, etc) must be available
for user defined system optimization. Input polarity must accept both
positive and negative signals from the detector.
3. Experimental Waveform readout in which Waveform data from the
electronics can be read out through the USB connection to the PC. The
waveform must be able to be reconstructed from the data for user defined
functions.
4. Laptop PC with software to operate the above equipment and perform
the operations listed above must installed.
5. Installation and training as required.
The requirement is located at Wright-Patterson AFB, Ohio. The North American Industry Classification System (NAICS) code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. In response to this notice, offerors shall submit a capability statement consisting of the evidence that the delivery of required supply, as outlined in the minimum requirements above can be accomplished successfully by the offeror. Capability packages are not to exceed 15 pages. Advertising or marketing information is NOT appropriate. The responses to this synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a set-aside under small business set-aside or 8(a) procedures. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Quote (RFQ). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they can deliver the items listed in the minimum requirements shall submit two copies of their technical capabilities in writing Daniel W. Enders, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to [email protected]. Voice communications are received at 937-522-4625. Personal visits to discuss this project will not be scheduled. Responses must be received not later than 1500 EST, June 18, 2010. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Quote, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.