SOLICITATION NOTICE
66 -- Variable Speed Cryopumps, Compressor and Controllers
- Notice Date
- 8/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- 068417240
- Response Due
- 8/10/2006
- Archive Date
- 8/25/2006
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible contractors may submit a quote. Contractor must submit quote for cryopumps and accessories. LINE ITEM 0001: Quantity of (2) each Variable Speed Cryopumps meeting all of the following required specifications: A. 8 inch O.D. body designed to mount on a 10 inch CF flange with a copper gasket. B. Specifically designed for UHV environments with only UHV compatible components. All parts and seals must be metal. C. Must be able to obtain base pressures of less than 5e-10 Torr. D. The pump must be bakeable to at least 100 degrees Celsius. E. Minimum pumping speeds of 1500 liters/second for nitrogen, 2200 liters/second for hydrogen, 1200 liters/second for argon, and 4000 liters/second for water. F. Pumps must have fast pump regeneration, 45 minutes or better, for quick turn around. G. Regeneration cycle must completely restore the operation of the pump as specified above in letter E. H. Pumps must have variable speed operation. I. Contractor must supply all necessary accessories to perform the regeneration cycle. LINE ITEM 0002: Quantity of (1) each Compressor meeting all of the following required specifications: A. Must supply compressed helium to the cryopump which drives the cryopump's refrigeration cycle. B. Must be water-cooled and oil-lubricated. C. Must have a filtering system to remove oil aerosol from the helium stream. D. Must have an interlock system to prevent damage to the compressor. E. Must be able to supply cooling power for the two pumps in Line Item 0001 with the option to add an additional pump at a later time. F. Must include helium hoses and manifold. One 20 foot hose shall be supplied and two 10 foot hoses shall be supplied. LINE ITEM 0003: Quantity of (1) each Controller meeting all of the following required specifications: A. Must allow complete control of the pumps in Line Item 0001without computer interface. Hand held controller must be included if required for operation without computer interface. B. Must control the regeneration cycle for the pumps in Line Item 0001. C. Must provide status monitoring of the pumps. Contractor must include all necessary cables to give power to the compressor, controllers, and the pumps as well as any additional networking required for operation. Warranty: System must have a minimum 1 year warranty after receipt and acceptance by the Government. All equipment shall be delivered not later than 60 days after receipt of order. Please submit all questions in writing to: andrew.perry@nist.gov FOB DESTINATION MEANS: The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation; and (2) Quotes the lowest price. Quotes shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and CLEARLY DOCUMENTS that the offered products meet or exceed the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; (24) 52.225-3, Buy American Act- Free Trade Agreement?Israeli trade Act, with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items and other requirements and all technical evaluation criteria, 2) A description of the commercial warranty; and 3) One copy of the most recent published price list. All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on August 10, 2006. E-MAIL QUOTES SHALL BE ACCEPTED, however, must include all required information. Fax quotes shall not be accepted.
- Place of Performance
- Address: National Institute of Standards and Technology, Building 301, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001,
- Zip Code: 20899-0001
- Country: UNITED STATES
- Zip Code: 20899-0001
- Record
- SN01105133-W 20060805/060803220403 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |