Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2007 FBO #2067
SOLICITATION NOTICE

66 -- Ultra Low Loss He Bath Cryostat

Notice Date
7/23/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0306
 
Response Due
7/31/2007
 
Archive Date
8/15/2007
 
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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase one (1) Ultra Low Loss He Bath Cryostat NIST requires an ultra low loss ultra-high vacuum (UHV) He bath cryostat for scanning probe microscopy (SPM) applications. Line Item 0001: Ultra Low Loss He Bath Cryostat, which must meet or exceed the following specifications: 1. Bath cryostat: a. The cryostat shall have a LN2 tank, electropolished stainless steel construction with an internal copper radiation shield. A second passive radiation shield made of polished Aluminum must be supplied. The LN2 system must have a volume of approximately 28 liters with a consumption rate less than or equal to 0.4 liters/hour, corresponding to a hold time of approximately 70 hours. b. The cryostat must have a LHe tank, electropolished stainless steel construction. The LHe tank must have a He gas cooled radiation shield made from polished Aluminum. The He tank must have a volume of about 8 liters with a consumption of less than or equal to 0.1 liters/hour, corresponding to a hold time of about 80 hours. The He tank must have a copper base plate of 130 mm diameter with M3 helicoil thread inserts. The bottom plate of the He tank extends below the main CF mounting flange in the NIST UHV chamber. c. The cryostat must have a 13.25 inch OD CF (MDC Mfg. compatible) bottom flange with clear bolt holes to attach to an existing NIST UHV chamber. The overall height of the cryostat measured from the bottom of the He tank must not exceed 1250 mm. The bottom of the He tank must extend 50 mm below the knife edge surface of the 13.25 CF flange. d. The diameter of the cryostat must be approximately 280 mm with a DN150CF or DN200CF top flange. e. The top of the cryostat must have a separate neck collar with DN150CF or DN200CF flange and eight DN16CF flanges. On top of the neck must be a stainless steel bellows that isolates the LHe tank from the cryostat. Tapped holes must be proved on the adjoining plates to allow a passive damping to be installed in the passive damping system (item 5). f. The cryostat must have ports for LN2 in and out and a 12mm quick connect for LHe in. A DN16KF port must be supplied for LHe exhaust. 2. Cabling tube: a. Two tubes must be supplied through the He tank for cables with facilities (tapped holes) to anchor cables on the various cold surfaces to come out the top of the cryostat. 3. Radiation shields for Scanning Probe Microscopy (SPM): a. A set of concentric polished radiation shields must be supplied that are tied to the LN2 and LHe tanks. The radiation shields must have rotating doors that can be driven by means of moving a pin attached to the shields. A rotation about the axis of the cryostat of 120 degrees must be supplied to create a 120 degree simultaneous opening into both sets of shields. The shields must have thermal strapping between the rotating shields and the fixed shields. In addition, a moveable shutter must be supplied on both sets of shields to provide a 10 mm opening on center at the bottom of the shields operated by a similar pin mechanism. 4. Linear drive into sample area: a. Three additional tubes through the He tank must be provided with a UHV linear drive at the top of the cryostat to allow for height adjustment of the tubes to lock an SPM spring stage to a cold plate. The linear drive must have 50 mm of movement and mounted with a DN16CF flange. 5. Passive damping system: a. The top of the cryostat must have a passive damping system that consists of three air springs with a vertical resonance frequency less than 4 Hz, and a horizontal resonance frequency less than 6 Hz. The vertical transmission must have 40 dB/decade rolloff above 8 Hz. 6. He level monitor: a. A He level sensor must be supplied in the He tank with a control unit the measures the He level with 1 mm resolution and with LED display. 7. He transfer line: a. A double wall vacuum super-insulated He transfer line must be supplied, U shaped and separable, with a cold valve to stop or throttle helium flow on the side of the storage dewar. The transfer line shall also have a safety valve and vacuum valve for pump out. The vendor must submit a schematic drawing of an SPM UHV He Bath Cryostat, which meets the technical specifications stated above. The drawing must be submitted with the quotation in order to be considered. Upon award, a CAD drawing of the quoted SPMUHV He Bath Cryostat must be submitted to the NIST Technical Information Contact for review four (4) weeks after receipt of order. ***The Contractor shall provide a minimum of a Twelve (12) Month Warranty for the instrumentation. The warranty must cover parts and travel/labor for on-site repairs under the warranty period*** ***Delivery shall be completed not later than 90 days after receipt of an order and shall be FOB Destination. 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 any 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. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical capability, Past Performance, and Past Experience, when combined, shall be equal in importance to price. If Technical Capability, Past Performance, and Price are equivalent, price shall be the determining factor. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature and a schematic drawing, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. If three (3) references cannot be provided for the same or similar equipment, the offeror must provide three (3) references to whom equipment has been provided. In addition, a description of the equipment sold to the three (3) references must be provided. Past Experience The Contractor shall describe their past experience in producing low He consumption UHV Cryostats for specifically SPM applications. The vendor must explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors 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 Offerors 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: (15) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52-222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; ALTERNATE II (27) 52.225-13 Restriction on Certain Foreign Purchases; (32) 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 Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, 6) A description of the required past experience, and 7) A schematic drawing of a SPM UHV He bath cryostat. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:00 PM local time, on July 31, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01349253-W 20070725/070723220339 (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.