Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2007 FBO #1977
SOURCES SOUGHT

66 -- Cryogenic Radiometer control system

Notice Date
4/24/2007
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NB815010710922DT
 
Response Due
5/9/2007
 
Archive Date
5/9/2007
 
Description
The U.S. Department of Commerce, National Institute of Standards & Technology (NIST) proposes to negotiate on a sole source basis a contract under the authority of 41 U.S.C. 253(c)(1) with L-1 Standards and Technology, Inc., 209 High St., New Windsor, MD 21776 for a Cryogenic Radiometer Control System. NIST requires an updated electronic control system for the development of new capabilities for the High Accuracy Laser Power and Energy Meter Calibration Service. To this end, NIST is developing a new cryogenic radiometer with greater flexibility and performance than the current device the Laser Optimized Cryogenic Radiometer, which was built by Cambridge Research and Instrumentation Inc. (CRI) in the mid 1990's. This is a multi-year project, with component purchases made as funding and manpower allow. NIST will purchase the electronic control component for the cryogenic radiometer, and a test version of the optical absorber cavity which will likely be used in the subsequent design. These new components must be compatible with the existing LOCR cryogenic radiometer and the new L-1 Standards and Technology Inc. cryostat which was purchased in FT 2006. Therefore, L-1 is the only responsible source for these components. The electronic control system consists of two functional parts, electronic temperature regulation circuits, and electrical power measurement circuits. Two sets of each are required, one set for the cryogenic radiometer's heat sink, and one set for the radiometer's optical absorber cavity. The new electronic control system must meet the following requirements: I. Digital temperature control electronics which include two independent four-wire AC temperature measurement bridges for resistive temperature sensors and heaters, which meet or exceed the following: A. Proven performance improvements over the existing CRI TC-02 temperature controllers. B. Regulated temperature stability of better than 1 micro-degree Kelvin. C. Support for the current TC-02 temperature control's 3-term parabolic interpolation algorithm, with added flexibility to use conventional PID loop parameters and feed-forward techniques, all accessible to the end user through program control. D. Programmable AC bridge operating frequencies to avoid interference. E. Operating power range from 0 to 100 mW. II. Two independent digital power measurement electronic circuits for precision measurement of the electrical power applied by the temperature controllers, which meet or exceed the following: A. Proven performance improvements over the existing CRI TC-02 power measurement circuits. B. Power measurement resolution of better than 1 pW. C. Power measurement accuracy of better than 5 ppm at 1 mW. D. Temperature stability of better than 1 ppm per degree Centigrade E. Power measurement range from 0 to 100 mW E. System calibration and verification hardware using built-in standard reference resistors. F. Calibration certificates for the standard resistors. III. Mechanical enclosure box for the control electronics that is compatible with our existing, proprietary CRI and L-1 cryostats, and mounts to the bottom of the cryostat. IV. Independent low-noise power supplies complete with the cables required to operate the control electronics, and uses 120V, 60 Hz line power. V. All electrical components must be contemporary and currently manufactured, so that replacement parts are readily available. VI. Complete documentation in both printed and searchable electronic forms. VII. Complete operating software compatible with Windows XP Pro and LabVIEW, which includes both executable programs and source code. We also require a test version of the contemporary Cryorad-IIb optical absorber cavity. The cavity will be used for optical testing of novel coatings being developed at NIST, including a new carbon nanotube coating. We are considering using a functional version of the Cryorad-IIb cavity in our new cryogenic radiometer, depending in part on the outcome of our optical tests. Obtaining the test version of the cavity will allow us to evaluate the design without having to purchase the much more expensive functional version. Since the Cryorad-IIb is a proprietary design produced only by L-1 Standards and Technology Inc, there is no other source for the device. This procurement is being conducted per FAR Part 13, Simplified Acquisition Procedures (NTE $100K). This synopsis is issued for information only. No competitive solicitation is planned. Information submitted in response to this notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement. Respondents must provide sufficient documentation that address qualifications pertinent to this requirement. Any questions regarding this notice shall be submitted in writing (e-mail preferred) no later than close of business May 9, 2007. Anticipated award date is May 10, 2007.
 
Place of Performance
Address: 325 BROADWAY, BOULDER CO
Zip Code: 80305-3328
Country: UNITED STATES
 
Record
SN01279902-W 20070426/070424220329 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.