Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
MODIFICATION

66 -- Cryogen Free Dilution Refrigerator

Notice Date
8/11/2011
 
Notice Type
Modification/Amendment
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RQ-0289
 
Archive Date
9/1/2011
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
carol.wood@nist.gov, chon.son@nist.gov
(carol.wood@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
PURSUANT TO AMENDMENT A002, THIS NOTICE IS HEREBY AMENDED TO UPDATE THE RESPONSE DATE IN ACCORDANCE WITH AMENDMENT A002. 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 UNDER THE AUTHORITY OF FAR SUBPART 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 2005-52. 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 being procured using full and open competition. As part of its research into Si-based quantum dot devices, the National Institute of Standards and Technology (NIST) has a need for a dilution refrigerator measurement system. The experiments that the government wishes to pursue impose the following general requirements: i) dilution refrigerator capable of achieving ultralow temperatures, where the quantum dot effects are maximized: ii) magnetic field, in order to investigate electron spin effects; iii) high-frequency leads, for high-speed pulsing and for fast sensing; iv) low noise (both mechanical and electrical) for doing very sensitive electrical measurements. All responsible parties shall provide a quotation for all of the following line items. LINE ITEM 0001: QUANTITY ONE (1) EACH DILUTION REFRIGERATOR, including all of the following components and meeting or exceeding all of the following general and specific requirements. GENERAL REQUIREMENTS: 1. Cryogen-free: A system that requires the use of liquid helium shall not be accepted. A system requiring liquid nitrogen is acceptable. The minimum acceptable period of time between liquid nitrogen replenishment is five days. Preference shall be given to longer liquid nitrogen replenishment times; 2. Cooling Power: Minimum cooling power 200 µW at 0.1 K. Preference shall be given to higher cooling power; 3. Cooldown time: The maximum acceptable times are 48 hours for both cool down and warm-up. Preference shall be given for shorter cool down and/or shorter warm-up times; 4. Base temperature: The maximum acceptable temperature is 30 mK. Preference shall be given to systems in which this temperature is lower; SPECIFIC REQUIREMENTS 1. High-Frequency Leads: 1.1 A minimum of 10 high-frequency cable assemblies are required. The Government will give preference to a system which has a larger number of cable assemblies, up to a maximum of 24. These cable assemblies shall have SMA connectors; 1.2 For both attenuation and reflection, the maximum acceptable coefficient is 10 dB at all frequencies up to 2GHz. The Government will give preference to a system in which the coefficients are smaller than 10dB and/or coefficients are specified over a wider frequency range; 1.3 Cable assemblies with connectors on both ends between i) top plate and plate near three K; ii) plate near three K and still plate, and iii) still plate and mixing chamber plate shall be provided. 1.4 Heat-sinking shall be provided, so that the inner conductor of high-frequency leads at the mixing chamber are at the mixing chamber temperature. 1.5 Cable assemblies shall be provided that have strain relief for semi-rigid cable assemblies that are not already bent, so that it is not necessary to bend a straight assembly in order to remove it or install it. 1.6 Low-frequency leads: At least 24 low-frequency leads, running between the top plate and the mixing chamber, in twisted pairs shall be provided. The Contractor shall provide an electrostatic shield between these leads and all diagnostic (thermometer and heater) wiring. The leads shall be connectorized at the plate near 3 K and at the still plate, as well as at the top plate and the mixing chamber. 1.7 The successful Contractor shall consult with Government regarding length of cables. It is anticipated that NIST will insert attenuators or filters during installation. 2. System Size The Government requires a system which is as short (i.e., distance between top plate and floor) as possible. This requirement is important given that, if possible, operation without the need of personnel climbing on ladders is advantageous. The maximum acceptable distance is 3 m. The Government will give preference to a system in which this distance is smaller. 3. Ease of Use The Government prefers, but does not require, a system which can be operated from open to closed to base temperature to room temperature to open by only one person (as opposed to requiring two or more people to operate some or all of the cycle). 4. Vibration: The maximum acceptable amplitude of vibrations is 20 µm at the mixing chamber plate. The Government will give preference to a system in which the amplitude of vibrations is smaller than 20 µm. 5. System Mechanical Support: 5.1 The Government requires that the system have the capability to be supported from the ceiling of the room at the Government's discretion. The Contractor shall provide attachment points on the top plate of the system. The Government shall supply the support structure. The design of this support structure is not yet available. 5.2 The Contractor shall also provide its standard floor-based support system. 6. Computer: The Contractor shall not provide a computer with the system. The Contractor shall install, and demonstrate all necessary software on a Government-supplied laboratory computer. 7. Manual/Stand-by Operation: All valves must be able to be operated by manual switches, separate from any computer operation. The Government shall give preference to a system which can be run at base temperature, after the initial cooldown period, with power disconnected from the computer and valve/control panel. 8. Plate Mounting: After award and after Government consultation, the Contractor shall provide mounting holes on all plates. The maximum number of holes on any single plate shall be 30. 9. Compressor for Return Line: The Government prefers, but does not require, a system which does not contain a compressor in the high-pressure return line. If the high-pressure 3He return line has a compressor in it, the quoter shall provide valving that makes it possible to bypass the compressor after the cooldown period, when the refrigerator is operating in its nominal condition at base temperature. 10. Preventive Maintenance: The minimum acceptable time between required preventive maintenance is two weeks. The Government will give preference to a system in which the time is longer than two weeks. 11. Customer Support: The Contractor shall provide free, unlimited, telephone customer support during normal business hours (in offeror's location). This support shall be provided by technical personnel who are experienced with the offered system. Technical personnel shall be required to return calls within one business day; 12. Gaskets: The Contractor shall provide two duplicates of all gaskets needed on the various vacuum cans. 13. Replacement Metric Bolts: The Contractor shall provide 50 extra bolts, 50 extra washers, and 50 extra nuts of each size of metric bolt used in the system. The length and head style of the bolts shall be identical with those used in the system. 14. Pulse Tube Refrigerator Compressor Location: The Contractor shall provide a system in which the compressor for the pulse tube refrigerator can be located in a separate room. The minimum acceptable distance between the compressor and the system is 5 m. The Government will give preference to a system in which the distance is larger than 5m. LINE ITEM 0002: QUANTITY 1 LOT DEMONSTRATION OF COMPLIANCE WITH SPECIFICATIONS AND REQUIRED DOCUMENTATION a. Before delivery of the system from the Contractor's site to NIST, the Contractor shall demonstrate compliance with all specifications of the system in the Contractor's factory or other location as agreed between the Contractor and the Government. The Government reserves the right to be present, on-site, at the Contractor's facility during this testing. The Contractor shall notify the NIST Technical Contact, (to be identified at the time of award), 30 calendar days prior to the planned date of the testing. If the Government elects to be on-site for the training, NIST shall pay for all travel and per diem. b. The Contractor shall provide the following documentation upon delivery of the system. All documentation must be provided in both electronic and hardcopy format. NIST will not accept electronic format in lieu of hardcopy. i. Overall system mechanical drawings showing the overall size and configuration of i) the dilution refrigerator; ii) plumbing/control panel (typically mounted in an electronics rack); and iii) separate compressors/pumps; ii. Operator's manual in permanent bound format; iii. A full set of complete mechanical drawings, including a separate mechanical drawing for every separate stage in the system, as well as an overall assembly mechanical drawing; iv. For any commercial equipment the Contractor purchases from a separate source, the full printed manual from that separate source shall also be included as part of the system. NIST does not require data rights to any of the required documentation, however, notes that all submissions will be viewed internally by NIST by users of the system. Users may be federal or non-federal employees. The Contractor is encouraged to mark documentation appropriately (i.e. proprietary, confidential). LINE ITEM 0003: QUANTITY 1 LOT INSTALLATION: The Contractor shall install the system. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Technical personnel experienced with the system shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. Installation shall be completed not later than 30 days after the system is delivered. LINE ITEM 0004: QUANTITY 1 LOT ON-SITE TRAINING: The Contractor shall schedule and conduct training for at least three (3) NIST personnel, on-site at NIST Gaithersburg. Training shall include all aspects of system operation and basic troubleshooting. The training may be completed at NIST immediately after installation, however must be completed not later than 30 days after installation. Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. LINE ITEM 0005: WARRANTY: The Contractor shall provide, at a minimum, a one (1) year warranty for the system. The warranty must cover the complete system and associated components and software. The warranty must cover all defects in materials and workmanship for a period of one year from the date of final acceptance by the Government. During the warranty period, the Contractor shall bear all costs, including shipping, travel (including per diem), and labor, to complete the repairs and/or replacement any defects. OPTION LINE ITEMS LINE ITEMS 0006 and 0007 Line Items 0006 and 0007 are option line items. The Contractor shall provide pricing for these option line items. The price quoted for Option Line Item 0005 shall remain in effect for a period of one year from the date of award. The price quoted for Option Line Item 0006 shall remain in effect for a period of 3 months from the date of award. The Government may exercise any or all of these option line items, at its discretion, at the time of award or at any time during the period of one year from the date of award. Reference FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Items. All option line items must include complete installation. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required and/or manufacturer's specifications. LINE ITEM 0006: SUPERCONDUCTING MAGNET The quoter shall provide a sample space within an eight Tesla superconducting magnet. The sample space must have a minimum diameter of 6 inches, and a minimum length of 10inches. The maximum acceptable inhomogeneity is 2 % within a 1cm diameter spherical volume. LINE ITEM 0007: QUANTITY 1 LOT 3He Gas The Contractor shall provide the necessary 3He/4He gas mixture. DELIVERY Delivery shall be made to NIST, 100 Bureau Drive, Gaithersburg, MD 20899. Installation and on-site training shall take place at the same location. Delivery shall be completed not later than ten months after receipt of a purchase order. Delivery term shall be FOB Destination. 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. INSPECTION AND FINAL ACCEPTANCE Inspection will be done at the NIST facility upon completion of installation. All minimum specifications must be successfully demonstrated upon completion of installation. Prior to final acceptance of the system and final payment by NIST, all of the following shall be completed successfully: a. A fully functional system, including all components, spares, accessories, consumables, and related hardware shall be delivered and installed; b. All specifications, including quoted exceedances, must be successfully demonstrated on the delivered instrument; c. All training shall be completed. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability: Meeting or Exceeding the Requirement, (2) Past Performance, and Price. Technical Capability and Past Performance, when combined, shall be more important than price. Technical Capability: Evaluation of Technical Capability shall be based on the documentation provided in the quotation. Technical description and product literature submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds all required specifications identified herein. In determining best value: Strong consideration shall be given to -General Requirement 1, Longer liquid nitrogen replenishment time; -Specific Requirement 1.2: Coefficients smaller than10dB; -Specific Requirement 1.2: Coefficients specified over a wider frequency range; -Specific Requirement 9: A system that does not contain a compressor in the high-pressure return line; -Specific Requirement 10: Time between required preventive maintenance is more than two weeks; -Specific Requirement 14. Larger than 5m distance between pulse tube refrigerator compressor and the system. Stronger consideration shall be given to: -General Requirement 3: Shorter cooldown time and/or shorter warm-up times; -General Requirement 4: Lower minimum temperature; -Specific Requirement 3: A single person can operate from open to closed to base temperature to room temperature to open; -Specific Requirement 4: Amplitude of vibration smaller than 20 micrometers; -Specific Requirement 7: System can be run at base temperature, after the intial cooldown period with power disconnected from the computer and valve/control panel. Strongest consideration shall be given to: General Requirement 2: Higher cooling power; Specific Requirement 1.1: Larger number of cable assemblies; Specific Requirement 2: Smaller distance between top plate and floor. Past Performance: The Government will evaluate past performance as it pertains to the proposed system to determine the level of quality, and the reliability of the system. Evaluation of past performance will be based on information contained in the technical proposal and information provided by references. The Government will evaluate past performance by contacting appropriate references, including NIST references; if applicable. The Government may also consider other available information. The Government will assign a neutral rating if the offeror has no relevant past performance. REQUIRED SUBMISSIONS Quoters are encouraged to submit multiple quotations that will meet all required specifications and exceed any or all specifications identified herein. An original and one copy of all submissions must be delivered to the Government in hard copy format. Electronic formats such as e-mail or CD shall not be accepted. All quoters shall submit all of the following: 1) An original and one copy of a technical and a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: a. Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required specifications, and clearly documents that the offered product(s) meet(s) or exceeds the specifications stated herein; b. If standard product literature and/or technical descriptions do not address all required specifications, quoters must provide narratives and or explanation of the work that will be will be performed to meet the requirement(s). All proposed work must be addressed in sufficient detail that all technical requirements are discussed and that the intended outcome of the work can be clearly discerned. c. Overall system technical drawings, showing the overall size and configuration of i) the dilution refrigerator with and without floor-based legs; ii) plumbing/control panel (typically mounted in an electronics rack); iii) separate compressors/pumps; d. Photographs of delivered systems showing proposed mounting system(s); e. The operator's manual for the proposed system. Only one copy is required. If the operator's manual submitted is different from the manual that will be delivered with the system, the quoter must document the differences; f. System needs for electrical power, cooling power, compressed air, floor space, any other infrastructure requirements; g. Preventive maintenance schedule; h. Telephone number and hours of operation for technical support; i. Minimum period of time between liquid nitrogen replenishment during routine operation, if applicable. Reference General Requirement 1; j. Maximum cooldown time and maximum warm-up time. Reference General Requirement 3. k. Specify guaranteed base temperature. Reference General Requirement 4. l. Specify magnetic field homogeneity within a 1 cm diameter spherical volume. Reference Line Item 0006, Option Line Item; m. The offeror shall specify maximum attenuation and reflection coefficients, up to a specified frequency, between top plate and the mixing chamber plate. Reference Specific Requirement 1.2; n. Specify i) whether or not the Contractor will have any cable assemblies that have no bends; ii) if yes, shall specify the means of strain relief. Submission of photographs is acceptable. Reference Specific Requirement 1.5; o. Specify distance between top plate and floor. Reference Specific Requirement 2; p. State whether the offered system can be operated routinely by a single person (in particular, a person able to perform typical but not extraordinary laboratory tasks), specifically, with respect to weight and awkwardness of shrouds and shields. If the offeror states that the system can be operated routinely by a single person, the offeror must shall demonstrate during installation. Reference Specific Requirement 3; q. Specify maximum amplitude of vibrations at the mixing chamber plate. Reference Specific Requirement 4; r. Specify what interface connections are necessary on the Government-supplied computer to interface with the dilution refrigerator. Reference Specific Requirement 6; s. State whether the preference for run without power in Specific Requirement 7 is being quoted; t. State whether a compressor is part of the system. Reference Specific Requirement 9; u. Specify all necessary periodic preventive maintenance requirements for the system, including the requirements for the pumps and compressors. The Contractor shall provide the time (e.g., maximum number of hours between replacement of some item) as well as a brief description of the process necessary for each preventive maintenance requirement. Reference Specific Requirement 10; v. Specify maximum distance allowable between compressor and system. Reference Specific Requirement 14; w. Specify purity specifications and volume requirements for the 3He gas. Reference Line Item 0007, Option Line Item. 3) For the purpose of past performance evaluation: A list of at least three (3) recent and relevant past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed; and a brief description of the system delivered. If the quoter is not the manufacturer of the equipment, past performance references for the system manufacturer shall also be provided. 4) 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. 5) The country of origin for the proposed system. 6) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on June 30, 2011. Original submissions are required. FAX and e-mail quotations shall not be accepted. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, 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 quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Message While Driving; 52.225-5, Trade Agreements; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0289/listing.html)
 
Place of Performance
Address: Ship To:, NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02531407-W 20110813/110812000257-8a3e3fdede6dd91c5bdc2d652c4412bd (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.