Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SPECIAL NOTICE

J -- NOTICE OF INTENT TO SOLE SOURCE: CRYOSTATION MICROSCOPE MAINTENANCE/REPAIR/MONTANA INSTRUMENTS CORP

Notice Date
8/1/2022 4:06:59 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB681010-22-02178
 
Response Due
8/11/2022 9:00:00 AM
 
Point of Contact
Joni L. Laster, Forest Crumpler
 
E-Mail Address
joni.laster@nist.gov, forest.crumpler@nist.gov
(joni.laster@nist.gov, forest.crumpler@nist.gov)
 
Description
The United States Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Acquisition Management Division (AMD) intends to negotiate a firm fixed price purchase order, on a sole source basis, with Montana Instruments Corporation for the procurement of Cryostation Microscope Maintenance.� The statutory authority for this sole source acquisition is FAR 13.106-1(b) by the authority of FAR Part 13 Simplified Acquisition Procedures. The National Institute of Standards and Technology (NIST) Nanophotonics Laboratory in the NIST Microsystems and Nanotechnology Division requires services for the maintenance/repair of its existing Cryostation Microscope system used for measurements of solid-state quantum emitters.� The Nanophotonics Laboratory purchased the Montana Instruments Cryostation Microscope system in October 2014, and it has essentially been in continuous use since installation in January 2015.� It's primary function is to achieve a low enough temperature with low vibrations for a long enough period of time to enable measurement of solid-state quantum emitters. The system is in need of maintenance/repair as follows: (1) Cold head maintenance: swapping out the cryostat cold head with a new unit; (2) Cryocooler displacer maintenance: swapping out the cryocooler displacer with a new unit; (3) Compressor maintenance: swapping out the cryostat compressor with a new unit; (4) Helium purge and recharge: complete helium purge and recharge of the system (cryostat and compressor); (5) Cryogenic system testing: The full cryogenic system must be tested after all maintenance steps to ensure that it meets original performance and maintains compatibility with all software and hardware in the system; (6) Maintenance performed on-site: The cryostat maintenance must be done on-site, at the National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, MD 20899 (Building 216, laboratory E107). The following portions of this work are unique to Montana Instruments, justifying their selection as a sole source vendor: 1. The system operates using proprietary software written by Montana Instruments.� Along with control, this software monitors and diagnoses the system's health. They are the only vendor with access to the software source code to ensure that the system is fully operational after maintenance and with the ability to make changes to the source code if any need to be made. 2. There are several unique steps and maintenance tools associated with servicing the system in order to maintain its low vibration performance and avoid any potential damage.� This includes fixtures to mount the cold head to the optical table, use of lockout brackets and spacer rings, a cleaning rod for cleaning the cold head, and re-charge fixturing for helium purge and recharge step.� Montana Instruments is the manufacturer of these maintenance tools and have access to all the mechanical drawings, etc. the same type of cold head. 3. The maintenance must be done on-site at NIST, which not all vendors can accommodate.� In particular, the technician should have Hot Swap Certification from Sumitomo (the original manufacturer of the cold head), as well as knowledge of the interworking of the Quantum Designs HAC900 Air-Cooled Variable Speed Compressor. Therefore, Montana Instruments Corporation uniquely qualified to provide the necessary services for reasons as stated above. Delivery shall be FOB DESTINATION and shall be in accordance with the Contractors established commercial lead times.� �� The North American Industry Classification System (NAICS) code for this acquisition is 811219 and the size standard is 22M. No solicitation package will be issued.� This notice of intent is not a request for competitive quotations; however, all responsible sources interested may identify their interest and capability to respond to this requirement. The Government will consider responses received by established due date/time set forth in this notice. Inquiries will only be accepted via email to joni.laster@nist.gov . No telephone requests will be honored. �� A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement in the future.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c94c6d8d0185417b9e555d5472f5cdf4/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06408675-F 20220803/220801230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.