Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2002 FBO #0252
SOLICITATION NOTICE

66 -- Closed Cycle Refrigeration

Notice Date
8/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-02-856-4333
 
Response Due
8/23/2002
 
Point of Contact
George Samen, Purchasing Agent, Phone 301-975-6492, Fax 301-869-0459, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
George.Samen@nist.gov, Patrick.Staines@nist.gov
 
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. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES.*****This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible offerors may submit a quote.***The National Institute of Standards and Technology (NIST), Neutron Research Division, has a requirement for an closed cycle refrigeration unit and air cooled compressor.***All interested offerors shall provide a quote for the following line items: LINE ITEM 0001: Quantity one (1) each closed cycle refrigeration unit and air cooled compressor meeting the following required specifications: 1.)Operating temperature range of 7- 800 K. 2.)Minimum Refrigeration capacity: 8 watts in the temperature range 20 K - 100 K, 16 watts above100 K. 3.)Cool down time from room temperature to 7K less than 120 minutes. 4.)Power requirements: 208Volts/Single Phase/60 Hz. 5. )Maximum power consumption: 2.5Kw. 6.) Gas compressor designed specifically for high purity helium gas. 7.)System shall run continuously, without interruption, for at least 30 days. 8.) Compressor shall include an hour meter that tracks operating time. 9.)Minimum scheduled maintenance interval: 5000 hours. 10. )Water consumption for cooling, if required, shall not exceed 18 liters/minute. 11.)Stainless Steel, braided, flexible hoses for high purity helium shall be ? inch I.D. and 15 feet in length. 12.)Cold head shall have a power cord at least 16 feet in length. 13.)Maximum cold head weight: 40 lbs. 14.)Cold head shall operate at any inclination up to 90 degrees from vertical. 15.) Maximum cold head diameter shall not exceed 12 inches (305mm).******In addition, the cryostat shall have customized features to interface with existing NIST equipment as set forth below: 1. Interface to existing NIST equipment. The interface to existing NIST equipment consists of three nested parts: Vacuum Can Flange, Heat Shield Mount, and Sample Stage Mount. The three parts are arranged such that the sample stage and heat shield mounts protrude below the outer vacuum can flange. The vertical distance from the base of the sample stage mount to the end of the heat shield mount is 0.75 inches, and the distance from the sample stage mount to the bottom of the outer vacuum can flange is 2.25 inches. 2. Vacuum Can Flange. The vacuum can flange shall consist of six tapped ?-20 holes on a 6.375 inch bolt circle. The flange face finish shall be 16 micro inches. 3. Heat Shield Mount. The heat shield mount shall be detachable, and thermally connected to the first stage of the cold head. The heat shield mount shall consist of an external 3.5"-24 thread, 0.188 inches in length. 4. Sample Stage Mount. The interface between the sample stage mount and the sample block shall be coordinated between the manufacturer and NIST in a manner that provides a non-rotating, stable connection. 5. Vacuum pump out ports. There shall be three (3) KF25 vacuum pump out ports which extend above the motor housing. The KF25 flanges shall face upward. 6. Wiring configuration. The external wiring connection shall consist of a single 19 pin connector mounted on one of the KF 25 vacuum pump out ports. The internal wiring shall connect three (3) temperature sensors (A, B, and C) and a heater. The wiring shall consist of the following: (a) NIST shall supply a Detoronics model DTIH-14-19PIN or equivalent electrical connector appropriately mounted to a KF 25 vacuum flange. ; (b) Cryostat pin assignment to sensor A: K/SensorI+; L/Sensor I-; N/Sensor V+; P/Sensor V-.; (c) Cryostat pin assignment to sensor B: U/Sensor I+; V/ Sensor I-; R/Sensor V+; D/Sensor V-.; (d)Cryostat pin assignment to sensor C: J/Sensor I+; T/Sensor I-; S/Sensor V+; E/Sensor V-(e) Cryostat pin assignment to heater: M/htr+; A/htr-. 7. Sample block and heater. (a) NIST shall supply the sample block to be attached to the sample stage mount; (b) Heater elements shall be wired to pins M and A of the connector specified in 6 (a) above. 8. Temperature sensors. (a) Sensor A shall be a calibrated Lakeshore PT-103-14J platinum resistor or equivalent. The salient characteristics of this platinum sensor are a calibration range that spans 15-800 K and an accuracy of +/- 50 mK at 100 K and +/-75mK at 300 K. Wiring for sensor A shall have a free length of 6 inches where the sensor attaches, to provide for remounting the sensor. Sensor A shall be mounted on the sample block provided by NIST.; (b) Sensor B shall be a type K thermocouple (Chromel-Alumel), with a useful temperature range of 4-800 K. Sensor B shall be mounted near the heaters to provide good control of the system.; (c) Sensor C shall be a Chromel-Gold/Iron (0.07 %) thermocouple with a useful temperature range of 4-600 K. Wiring for sensor C shall have a free length of 6 inches where the sensor attaches, to provide for remounting the sensor. Sensor C shall be mounted on the sample block provided by NIST. 9.Helium hose connection. The two helium hose connection fittings on the cold head shall face upwards and shall extend above the motor housing. 10. Temperature Regulation. Stable temperature regulation shall be attainable throughout the operating temperature range using one of the following temperature controllers currently available at the NCNR: (a) Lakeshore Model LS331 or LS340, or (b) Neocera Model LTC-21 or LTC-11. Temperature regulation will be considered stable if the temperature can be maintained for at least one (1) hour within 0.25 K of the setpoint for temperatures below 50 K, and within 0.5 % of the setpoint temperature for temperatures above 50 K. The temperature controller is not part of this solicitation. 11. Protection circuitry. The cold head shall be protected internally from overheating by the installation of a thermal switch, which interrupts current to the heater when the temperature of the cold head exceeds the manufacturer's specifications. 12. NIST shall approve final drawings before manufacture. Options: 1. Air-cooling option. Allows operation of compressor without the use of externally provided cooling water. The entire system (compressor, cold head, air cooling option) shall be powered by only one electrical power cord.***Delivery shall be FOB DESTINATION and shall be completed not later than 45 days after receipt of Purchase Order.***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.***The Contractor shall deliver the equipment to NIST, Shipping & Receiving, 100 Bureau Drive, Gaithersburg, MD. ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) past performance 3) price. Technical Capability shall be more important than price.*****Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the products, manufacturer sales literature or other product literature which addresses all specifications, and clearly documents that the offered products meet or exceed the specifications stated above.***Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10). Offerors shall 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 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; and the date of delivery or the date services were completed***The following provisions and clauses apply to this acquistion: PROVISIONS: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items. CLAUSES: 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: (1) 52.222-21, Prohibition of Segregated Facilities; (2) 52.222-26, Equal Opportunity; (3) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (4) 52.222-36, Affirmative Action for Workers with Disabilities; (5) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (6) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (7) 52.225-3 Alternate I , Buy American Act - Balance of Payment Program - Supplies; (8) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.52.245-4, Government Furnished Property "Short Form" see solicitation line 6 for items being supplied. 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 offerors shall submit the following: 1) An original and two (2) copies of a quotation which addresses Line Item 1; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the following provision: 52.212-3 Offeror Representations and Certifications-Commercial Items. All provisions may be downloaded at www.arnet.gov/far.***All offers shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: George A Samen, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571.**** All offerors shall ensure the RFQ number is visible on the outermost packaging.***Submission shall be received by 3:00 p.m. local time on August 23, 2002.
 
Place of Performance
Address: National Institute of Standards and Technology, 100 Bureau Dr, Mail Stop 3571, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00137104-W 20020811/020809213235 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.