Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SOURCES SOUGHT

66 -- He-3 Dilution Refrigerator System

Notice Date
2/12/2024 5:18:22 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMD-SS24-20
 
Response Due
2/26/2024 8:00:00 AM
 
Archive Date
03/12/2024
 
Point of Contact
Tracy Retterer, Donald Collie, Phone: 3019756458
 
E-Mail Address
Tracy.retterer@nist.gov, donald.collie@nist.gov
(Tracy.retterer@nist.gov, donald.collie@nist.gov)
 
Description
BACKGROUND NIST is seeking information from sources that may be capable of providing a commercial product solution that meets or exceeds the following draft minimum specifications: Dilution refrigerator for hybrid electronic and photonics quantum development: �A closed-cycle measurement cryostat capable cooling and measuring samples at 5 T with a bore of >3� shall be included. The system shall have automated controls for cooling down and warming up, including all valve operations during the introduction, condensation, circulation, collection and safing of the 3He/4He. Customer shall supply the required 3He. Calibrated thermometry for accurate monitoring of the temperatures at all stage shall be supplied and heaters for controlling measurement temperatures and facilitating expedited warm shall be provided. The contractor shall: Provide all new items. Prototypes, one-off systems, demonstration models, used or refurbished instruments will not be considered for award. Supply the installation manual, utility requirements, and a diagram showing the tool footprint, measurements, and wall penetrations along with bid. General: 120/240 VAC 60 Hz US standard power required for operation Compressor shall be water cooled Commercial software compatible with Windows 10 shall be provided for temperature controller and any other components with digital control/monitor capability Hardware system shall connect to a standard Windows PC via Ethernet or USB connectivity with seamless interface to vendor software for components with digital control Base temperature (no load) 300 uW of cooling power at 100 mK as delivered Lower temperature and larger cooling power will be considered as value added Sample stage shall reach base temperature in <30 hours without magnet, <50 hour with magnet, faster will be considered added value Capability for warming the system ready to open to air in <16 hours shall be included A mechanical support system shall be provided Additionally, the mechanical supports must leave at least three feet in all lateral directions from the sample volume open to enable user mounting a configuration or samples If vacuum can or heat shield weight exceeds 30 lbs, vendor shall provide a procedure or mechanical assistance such that a single user can safely operate the system Physical The main dilution refrigerator system including the cryostat, support frame, and gas handling system shall fit within a volume smaller than 5000 mm long by 3200 mm wide by 3700 mm high. The pulse tube compressor shall be able to be remotely located in an adjacent room at a distance exceeding 8000 mm. The government will provide all wall penetrations for this remote location. The cryostat shall have a volume available for samples which exceeds 80 mm diameter by 200 mm tall. The cryostat vacuum jacket and radiation shields shall be able to be installed or removed by one person. This can be achieved either through lightweight jacket and shields or with�a provided counterweight or hoist system. The dilution refrigerator system shall be of the cryogen-free type that does not utilize liquid helium. A liquid nitrogen trap for maintaining helium purity is acceptable (and preferred). In addition to ports/feedthroughs provided for the required instrumentation, thermometry and pump out, at least (2) additional ports of KF40/equivalent or larger shall be provided for future use and communicate to free space and passthrough on all stages for future wiring/etc to the cold plate Blanks for unused holes on the cold stages shall be included The MC cold plate shall be equipped with a grid of tapped holes (e.g., #10-32) with no more than 1� center to center spacing in any area not equipped with instrumentation or blank feedthroughs The MC cold plate shall be mechanically robust, at least �� in thickness and supported such that at least 10 kg of mass could be attached Instrumentation: (48) net low frequency (LF) measurement lines configured in (2) bundles of 24 consisting of 12 twisted pairs with one signal line and one reference line per twisted pair LF bundles will have a Fisher connector to the exterior of the cryostat The cold plate (<4 K instrumentation stage) will be connectorized with a Micro-D 25 bulkhead connector, mechanically and thermally anchored to the cold plate Each LF line will have <30 Ohms resistance from the room temperature connection to the cold plate connection Detailed pinout requirement will be provided during design, or upon request if needed by offeror (8) SMA connectorized RF/microwave lines shall be provided with SMA bulkhead feedthroughs to the exterior of the cryostat with female SMA connectors and also at the cold plate with female SMA connectors Cryostat SMA wiring shall be type UT47 or UT85 stainless steel or similar in a 50 Ohm impedance configuration Bulkhead feedthroughs for SMAs on the exterior and the cold plate shall provided at least 1� center to center space between SMA connectors for ease of connection A separate power supply (PS) and/or digital control instrumentation bundle shall be provided that is kept spatially and electrically isolated from instrumentation lines with 9 wires PS wiring shall have less than 20 Ohms of DC resistance PS bundle shall have a C or Dsub type connector at the exterior of the cryostat and a bulkhead style connector at the cold plate of the same type but opposite gender Thermometry and sample heater and connectors and wiring are separate from above listed instrumentation lines, but may be combined in the same bundle and connector with power supply/digital lines at vendor�s discretion� A multi-channel resistive temperature controller shall be provided. The number of channels shall be sufficient to measure the temperature of all physical stages of the cryostat. Suitable resistive thermometers shall be provided for each stage. The temperature controller shall have the ability apply power in manual mode. The temperature controller shall have the ability apply power in closed loop PID mode. The temperature controller shall be able to be interfaced to a computer. Delivery & Installation The contractor shall be responsible for delivering the He-3 dilution refrigerator system to NIST. The time frame for delivery will be agreed upon by the Government and Contractor, as described in 3.a. The contractor shall be responsible for assembling, installing and establishing required performance of system on the NIST site. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORRMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response.� Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact specialist listed at the bottom of this notice as soon as possible, and preferably before the closing date and time of this notice. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Identify commercial products that your company sells that is of the nature addressed in the BACKGROUND section of this notice.� Include brand name, make, model, and/or other distinguishing information. State if your company is the manufacturer of the identified commercial product or is a retailer or wholesaler that normally sells the identified commercial product.� If the latter, indicate whether the manufacturer authorized in writing for your company to sell the identified commercial product on behalf of the manufacturer. Describe performance capabilities and relevant or beneficial physical and functional features for any commercial product that you identified to satisfy the NIST-identified minimum specifications described in the attached draft document. Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section above that could be viewed as unduly restrictive or contain unnecessary barriers that adversely affect your company�s ability to fully participate and indicate why. �In such a scenario, please offer suggestions for how the market research notice and draft minimum specifications could be made more inclusive or competitive. Discuss your company�s �commercial products that you describe in your response to this notice may be customized and indicate any limits to customization. For the NAICS code listed in this notice: Indicate whether your company is (a) a small business or (b) other than small business.� See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, Identify an alternative NAICS code that you believe would be more appropriate for the planned procurement.� Describe commercial services that are available with the purchase of the aforementioned commercial product from your company such as installation, training, or equipment maintenance. Describe standard terms and conditions of sale offered by your company for the aforementioned commercial products and commercial services such as: delivery time after your company accepts the order; FOB shipping terms: manufacturer warranty (including details regarding nature and duration); if available, description(s) of available extended warranty; equipment setup and test; operator and service instruction manual(s); and commercial services.� Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified commercial product, if available. State whether your company offers facility renovation services related to installation of the aforementioned equipment at its delivery destination, if required per the NIST-identified minimum specifications, and provide description of services. �Indicate if your company performs the facility renovation services or typically subcontracts the work to another company. �Indicate if your company would be interested inspecting the intended installation site during the market research phase. State published price, discount or rebate arrangements for aforementioned commercial products and/or provide link to access company�s published prices for equipment and services.� State whether the aforementioned commercial product is manufactured in the United States and, if not, state the name of the country where the equipment is manufactured. Identify any plans/possibilities for changes in manufacturing location of the aforementioned equipment and provide relevant details. If the aforementioned commercial products and commercial services are available for purchase on any existing Federal Supply Schedule contract(s) or other contracts against which NIST may be able place orders, identify the contract number(s) and other relevant information. Identify any customers in the public or private sectors in which you provided the aforementioned or similar equipment.� Include customer(s) information: company name, phone number, point of contact, email address. Provide any other information that you believe would be valuable for NIST to know as part of its market research for this requirement. State whether you require NIST to provide additional information to improve your understanding of the government�s requirement and/or would like to meet with NIST representatives to discuss the requirement and the capabilities of the identified equipment. QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice.� Questions should be submitted so that they are received by 11:00 a.m. Eastern Time on February 26, 2024.� Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that NIST may appropriately solicit for its requirements in the near future.� This notice should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract. � Responses will not be considered as proposals or quotations. No award will be made as a result of this notice. � NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and appropriate. Thank you for taking the time to submit a response to this request!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/71de622278114773860e1186b2017f22/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06963635-F 20240214/240212230051 (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.