Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

66 -- Top Loading Closed Cycle Refrigerator

Notice Date
6/11/2003
 
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-03-856-3264
 
Response Due
6/24/2003
 
Archive Date
7/9/2003
 
Point of Contact
Joan Smith, Contract Specialist, Phone (301)975-6458, Fax (301)975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
 
E-Mail Address
Joan.Smith@nist.gov, Michael.Szwed@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 NFORMATION 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13.***The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500 employees. All interested parties may submit a quote.*** The National Institute of Standards and Technology (NIST) Center for Neutron Research (NCNR) is a leading neutron scattering research facility that serves a community of scientists from around the world. Approximately one thousand guest researchers visit every year to perform experiments, putting a great demand on the performance of the general pool of sample environment equipment used to generate the proper temperature, pressure, magnetic field, etc. This sample environment equipment is required perform with high reliability and accuracy, be simple to operate and maneuver, and be adequately protected from abuse by the inclusion of safeguards on its operation. As such, the NCNR has a requirement to buy at least two (2) top-loading closed-cycle refrigerator systems, which will be bought in two (2) different configurations. A total of five (5) systems may be purchased under this solicitation within the next two years. The two configurations are designed to interface with two different types of equipment found at the NCNR, and the base equipment shall be capable of switching between these configurations with the use of appropriate optional interfaces. *** All interested parties are invited to submit a quote for the following line items: ITEM 0001: Quantity one (1) each - Top-loading closed-cycle refrigerator, configuration A, in accordance with the following specifications: ITEM 0002: Quantity one (1) each - Top-loading closed-cycle refrigerator, configuration B, in accordance with the following specifications: A. General system: 1. Each system includes a cryostat, two identical sample stick sets (defined under B. Performance Specifications), temperature controller, connecting hoses and cables. 2. Systems may be purchased in two configurations, Configuration A and Configuration B. These configurations differ in their facility interfaces and neutron scattering requirements as detailed below. A delivered system shall be capable of switching between the two configurations with the appropriate, optional detachable interfaces. 3. NIST shall approve system line drawings before manufacture. 4. NIST shall be given a copy of system line drawings (not all manufacturing drawings). 5. Two copies of the operating manual shall be included with every system. 6. Systems shall provide a warranty period of at least one year. B. Performance specifications: 1. Temperature range at the sample position: 7-600 K. 2. Complete temperature control system shall include sensors, heaters, temperature controller, and connecting cables. 3.Sample space shall accommodate a maximum sample diameter of 50 mm. 4. Temperature control shall be stable to within 0.5 degrees Kelvin below 50 K, within 1 % above 50 K. 5. Temperature sensor accuracy at the sample position: +/- 250 mK for T < 25 K, +/- 1% for T > 25 K. Multiple sensors may be employed. 6.Only a static volume of exchange gas or vacuum, as appropriate, may be used in the sample well. Flowing exchange gas may not be used in the sample well. 7.Two identical sample stick sets shall be included with each system. A sample stick set consists of either one or two sample sticks with temperature sensors that meet the sample temperature accuracy requirement. If more than one sample stick is required to cover the operating temperature range of the cryostat, then there shall be a minimum 150 K overlap between the temperature sensor calibration ranges meeting the accuracy requirement on the two separate sticks. No sensors shall be repositioned or removed throughout the operating temperature range of a sample stick. A system which can provide the temperature sensors using a single sample stick will be judged more highly in this technical aspect. 8.The system shall be protected against thermal damage to the sensors or the cryostat from accidental overheating of the sample well. C. Facility interface: 1. Each cryostat shall be capable of switching between Configurations A and B via detachable interfaces. The delivered systems each reflect only one of the configurations, but the detachable interfaces shall be available as optional spare parts. 2. The temperature controller shall communicate via RS-232 serial connection. 3. Electrical power requirement: must run on 30A, 220V single phase (NEMA L7-30); 20A, 208V three-phase (NEMA L21-20); or 20A, 120V single phase power (NEMA L5-20). 4. Electrical power connections shall extend at least 10 feet from equipment to power outlets. 5.Cooling water requirement: NIST can supply a maximum flow rate of 7 gpm at 40 psi with connection to a 3/4 inch chilled water source (50 degrees F). 6.The cryostat cold head shall provide lifting attachments for use with an overhead crane or hoist. 7.Cabling and hoses shall provide 15 feet of separation between cryostat and supporting compressor/temperature control. 8. Specific to Configuration A: Configuration A shall fit into a three-tiered stepped concentric cylindrical well. The stepped cylinders become progressively smaller nearer the sample space. Above the top of the widest cylinder there is no further restriction. Starting from the widest cylinder at the top, the diameters and lengths of the well are 21 inches diameter with a 23 inch length; 14.1 inches diameter with a 20 inch length; and 4.8 inches diameter with a 10 inch length. The cryostat shall rest on the flange surface where the cylinder diameter changes from 21 inches to 14.1 inches. Further details will be provided as necessary after contract award. 9. Specific to Configuration B: Configuration B shall mount the cryostat onto a goniometer. The square mounting surface is 250 mm on an edge. There are 4x M6 tapped holes in the goniometer mounting surface, arranged on a 230 mm bolt square (325.3 mm bolt circle diameter). D. Neutron scattering requirements: 1. Cryostat shall provide 360 degree access to the sample in the horizontal scattering plane without intersecting any liquid cryogens or any part of the cooling system. 2. Only thinned aluminum or aluminum alloy windows shall be used in the horizontal scattering plane. The maximum combined thickness of all neutron windows shall be 0.100 inches along a radial line from the outer containment wall to the middle of the sample space. 3. The neutron beam shall be considered to have a height of 3 inches, symmetric about the neutron beam centerline. 4. The sample stick shall have provision for a rotation locking mechanism. 5. The sample stick shall be adjustable in height +/- 1.5 inches from its nominal position. 6. Connection to the sample shall be a 5/16-18 threaded stud with a maximum length of 0.375 inches. 7. Specific to Configuration A: (a) Neutron beam centerline is located 27.5 inches below the support flange. (b) Sample mounting position is 1.75 inches above neutron beam centerline. 8. Specific to Configuration B: (a) Neutron beam centerline is located 6 inches above the mounting interface to the goniometer. (b) Sample mounting position is 1.75 inches above neutron beam centerline. OPTION 0003: Quantity Not To Exceed (NTE) three (3) each - Identical Systems as identified in Line Item 0001 or Line Item 0002. OPTION 0004: Quantity NTE five (5) each - Extended Warranty (for Item No. 0001, 0002 and if OPTION 0003 is exercised). OPTION 0005: Quantity NTE five (5) each - Air-Cooled Chillers for Line Item 0001 or Line Item 0002. OPTION 0006: Quantity NTE four (4) each - Detachable facility interface for Configuration A. OPTION 0007: Quantity NTE four (4) each - Detachable facility interface for Configuration B. OPTION 0008: Quantity NTE three (3) Cold Head Displacers. OPTION 0009: Quantity NTE four (4) pair High Pressure Helium Gas Lines. OPTION 0010: Quantity NTE six (6) High Temperature Stages. OPTION 0011: Quantity NTE three (3) Oil Adsorbers. OPTION 0012: Quantity NTE three (3) Displacer Repair Kits. OPTION 0013: Quantity NTE three (3) Displacer Motors. OPTION 0014: Quantity NTE three (3) Water Pumps. OPTION 0015: Quantity NTE three (3) Fan Motors. OPTION 0016: Quantity NTE three (3) Cold Head Control Disks and Valves. OPTION 0017: Quantity NTE five (5) System Electrical Cables.*** DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 12 weeks after the Order is placed. *** 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.*** 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 evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price.*** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature that clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. 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. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably.*** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-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) 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1; (2) 52.217-5 Evaluation of Options; (3) 52.217-7 Option for Increased Quantity - Separately Priced Line Items; (4) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; (5) 52.219-8 Utilization of Small Business Concerns; (6) 52.219-14 Limitations on Subcontracting; (7) 52.219-23 Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns; (8) 52.222-21, Prohibition of Segregated Facilities; (9) 52.222-26, Equal Opportunity; (10) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (11) 52.222-36, Affirmative Action for Workers with Disabilities; (12) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (13) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (14) 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (41 USC 10a-10d, 19 USC 3301 note, 19 USC 2112 note); (15) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (16) 52.225-15 Sanctioned European Union Country End Products; (17) 52.232 34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 USC 3332); and (18) 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 interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line items; 2) Two copies of the 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 provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on June 24, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/Reference-Number-03-856-3264/listing.html)
 
Place of Performance
Address: NIST Gaithesburg, Maryland
Zip Code: 20882
Country: US
 
Record
SN00345255-F 20030613/030611214441 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.