Thermal Conductivity Meter
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Apr 11, 2023 12:02 pm EDT
- Original Response Date: Apr 28, 2023 05:00 pm EDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 30, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: H266 - EQUIPMENT AND MATERIALS TESTING- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Place of Performance:
Description
SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) to identify potential sources to provide information to inform a purchase for a thermal conductivity meter that can measure the thermal conductivity of various materials in liquid and solid state.
The Government requests that responses be submitted electronically to Danielle.l.froio-blumsack.civ@army.mil by 28 April 2023
Description: DEVCOM-SC is conducting a Request for Information (RFI) on technologies or capabilities to measure thermal conductivity of a wide range of materials.
Specific Specifications:
- Instrument must be able to test samples in compliance to ASTM E 1530
- Instrument must be able to test samples of cements, polymers, ceramics, composites, glasses, rubbers, some metals and other materials of low to medium thermal conductivity, paper or liquids, thin films
- Optional sample holders for pastes and liquids
- Instrument must be able to test samples with thicknesses between 0.1mm and 25mm (0.004”/1”)
- Sample diameter of 12.7-50mm (0.5 – 2.0”)
- Temperature range sample can be tested at must be -20°C to 300°C
- Instrument must have a total thermal conductivity range of at least 0.1 W/mK up to 40 W/mK
- Instrument must have a wide thermal resistance range that in total ranges from at least 0.0005 m2K/W up to 0.05 m2K/W
- Instrument must have a measurement accuracy of ±3%
- Instrument must have a measurement reproducibility of ±2%
Deliverables:
All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files.
- Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt. Paper should not exceed 12 pages, including cover.
-
- This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address).
- The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who. Example focus areas:
- Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements.
- Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements.
- As applicable, please discuss how your product(s) was implemented within industry/Government.
- Please discuss, as applicable, proposed hardware used as part of the solution.
- For Foreign companies: Discuss how the proposer will be able to work with the US Government in the future (i.e., US subsidiary or partner) if required.
- Additional documentation accepted (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.
- Test, Certification and Accreditation (C&A) Documentation:
Vendors are requested to provide any supporting documentation illustrating safety
certification, government approval, test data, etc.
- Cost.
Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY
This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.
Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.
RESPONSES:
Interested parties may identify their interest and capability by sending responses regarding this requirement to Danielle.l.froio-blumsack.civ@army.mil ONLY, no later than 1700 hrs, 28 April 2023. The US Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party.
Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number.
QUESTIONS:
Any questions for clarification may be emailed to Danielle.l.froio-blumsack.civ@army.mil and Donna.m.glowka.civ@army.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
Attachments/Links
Contact Information
Contracting Office Address
- 10 GENERAL GREENE AVE SOLDIER CENTER
- NATICK , MA 01760-0000
- USA
Primary Point of Contact
- Danielle L. Froio-Blumsack
- danielle.l.froio-blumsack.civ@army.mil
Secondary Point of Contact
History
- Apr 30, 2023 11:58 pm EDTSources Sought (Updated)
- Apr 11, 2023 12:06 pm EDTSources Sought (Updated)
- Apr 11, 2023 12:02 pm EDTSources Sought (Original)