Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2003 FBO #0573
MODIFICATION

66 -- Top-Loading Helium-3 Cryostat

Notice Date
6/23/2003
 
Notice Type
Modification
 
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-03-856-3263
 
Response Due
7/24/2003
 
Archive Date
8/8/2003
 
Point of Contact
Lisa Sawyer, Contract Specialist, Phone 301-975-3840, Fax 301-975-2541,
 
E-Mail Address
lisa.sawyer@nist.gov
 
Description
The purpose of this solicitation modification is to extend the response date to 07/24/03 by 3:00pm and to supply Questions & Answers - Part 1 pertaining to the solicitation. Ref#03-856-3263. All other information remains the same. ****Questions & Answers Part 1****** 1)Question: From the write up received in the solicitation, there is not enough information to determine the envelope that the cryostat is inserted into, and were wondering if there are any drawings that would add clarity to the requirement? Answer: The solicitation is for a complete cryogenic system that will mount onto a tilt/translate goniometer with the described bolt pattern. NIST is not requesting a helium-3 insert to be placed in a helium-4 cryostat or storage dewar (which would not meet the specification forbidding liquid cryogens in the beam line). NIST did not provide specifications for the available space above the goniometer mount because typical offerings generally fit without problem on our targeted spectrometers. However, as a guide the entire cryostat shall not exceed a diameter of 10 inches in the neutron beam path. Above the neutron beam path, the cryostat shall be less than 24 inches in diameter. The overall height shall be expected to be less than 6 feet in a running configuration, and NIST has ample overhead clearance for removing cryostat inserts etc. None of these numbers are meant to be taken as inviolable requirements, but are merely given as guidelines. 2)Question: I understand that the sample cannot be in He-3 liquid but must be in either vacuum and (static) exchange gas. Please confirm? Answer: Yes, the sample shall be either vacuum or static exchange gas. This is addressed in the performance specifications and in the neutron scattering requirements. Liquid helium-3 produces too large a neutron scattering background signature, and is to be kept outside the beam area. 3)Question: If this is the case, the base temperature of the sample may not be able to reach below 300 mK per our past experience, and we just have quote whatever performance specs we feel comfortable with. Is that acceptable? Answer: Vendors are advised to quote the performance specifications that you are comfortable with. 4) Question: The solicitation document states that minimum sample space diameter should be 50mm. Samples for neutron scattering experiments are typically less than this so we just want to make certain of this specification? Answer: The specification of 50mm is correct. Although samples are generally much smaller than this, many of our sample cans, which go between different types of sample environment equipment, require this diameter. NIST does understand that this increases the required sample well diameter in the case of inserts with vacuum cans. 5) Question: The solicitation does not specify any wiring down to the sample region. Does NIST have any specific requirements in this regard that the vendor should know about? Are there any instrumentation wiring requirements to the sample stage? Answer: There is no specification or requirement for user wiring down to the sample position. There are no specific requirements for such user wiring, though provision for or inclusion of such may be seen as an added benefit above and beyond the base specifications. The only relevant requirement beyond the ordinary cryogenic concerns is that the wiring would not extend into the neutron beam area. 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 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 339111 with a small business size standard of 500 employees. All interested offerors may submit a quote. *** The National Institute of Standards and Technology (NIST), has a requirement for one (1) Top-loading helium-3 cryostat with the following contract options: option to purchase up to two essentially identical systems over the next two years, (2) contractor shall provide the option for NIST to purchase spare or replacement parts, as necessary, over the next two (2) years, (3) provide the option to purchase an extended warranty. All interested parties are invited to submit a quote for the following line items: LINE ITEM 0001: Quantity one (1) each - Top-loading helium-3 cryostat in accordance with the following requirements and specifications; the entire system shall include the cryostat with top-loading sample capability, temperature controller, liquid helium cryogen level sensor and indicator (if applicable), connecting hoses and cables. The system shall not include a vacuum pump for open-loop cooling with helium-4, as NIST shall provide this pump. NIST shall approve drawings before manufacture and shall be given a copy of line drawings (not all manufacturing drawings) for the system. Two (2) copies of the operating manual shall be included with every system. The offered system shall be based on either a liquid helium cryostat or a closed-cycle cryogen-free system. Performance specifications: 1) controlled sample temperature range: 0.3 - 300 K, 2) shall maintain base temperature for a period of 48 hours, 3) liquid helium and liquid nitrogen reservoirs, if used, shall last at least 30 hours when operating at base temperature, 4) minimum sample space diameter: 50 mm, 5) complete temperature control system shall include sensors, heaters, temperature controller, and connecting cables, 6) temperature control shall be stable to within 0.1 degrees Kelvin below 10 K, within 1 percent(%) above 10 K, 7) sample shall be in vacuum or a static volume of exchange gas, 8) temperature sensor accuracy at the sample position: +/- 250 mK for T < 25 K, +/- 1 percent (%) for T > 25 K. Multiple sensors shall be employed, 9) no sensors shall be repositioned throughout the operating temperature range. Facility interface specifications: 1) cryostat shall mount onto a goniometer. The square-mounting surface shall be 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), 2) the temperature controller shall provide RS-232 serial connection communication capability, 3) cables and hoses to support equipment such as temperature controllers shall extend 15 feet from the cryostat, 4) the cryostat shall provide for the capability to be lifted by an overhead crane or hoist, 5) 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), 6) electrical power connections shall extend 10 feet from equipment to power outlets, 7) cooling water requirement shall be a maximum flow rate of 7 gpm at 40 psi with connection to a 3/4 inch chilled water source. Neutron scattering requirements: 1) Sample space shall accommodate a maximum sample diameter of 50 mm, 2) 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, 3) sample mounting position shall be 1.75 inches above neutron beam center, 4) sample stick shall be able to be locked against rotation, 5) sample stick shall be adjustable in height +/- 1.5 inches from nominal position, 6) horizontal neutron scattering plane centerline shall be 6 inches above the base flange, with an overall beam height of 3 inches, 7) thinned aluminum or aluminum alloy windows shall be used in the neutron scattering plane with a total thickness of 0.100 inches of material between the sample position and the exterior of the cryostat, 8) connection to sample shall be via a 5/16-18 threaded stud on the vendor's equipment with a maximum length of 0.375 inches. OPTION 0002: Quantity two (2) each - Identical cryostats as identified in Line item 0001 within a two (2) year period. Any modifications requested by NIST shall be allowed that do not alter the essential characteristics of the system and shall be approved by NIST. Option 0003 - Option to purchase an extended warranty. Option 0004 - Quantity Not To Exceed (NTE) three 3) each - Helium level sensor Option 0005 - Quantity NTE three (3) each - Helium level indicator Option 0006 - Quantity NTE five (5) each - System Electrical cables Option 0007 - Quantity NTE five (5) each - valves Option 0008 - Quantity NTE twenty (20) each - fittings Option 0009 - Quantity NTE three (3) each - Cryogenic needle valve assembly Option 0010 - Quantity NTE two (2) each - Temperature controller Option 0011 - Quantity NTE five (5) each - Temperature sensors Option 0012 - Quantity NTE three (3) pairs - High-pressure gas lines (sold as pairs) Option 0013 - Quantity NTE three (3) each - Compressor components Option 0014 - Quantity NTE three (3) each - Cryostat tailset Option 0015 - Quantity NTE six (6) each - Sample-in-Vacuum can DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 12 weeks after receipt of 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. 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 factors that adhere to the technical specifications, user-friendly temperature control, cryogen maintenance specification requirements. User-friendly temperature control and cryogen maintenance requirements are inherently germane to the use of the system by NIST personnel. User-friendly temperature control that is easy to operate, either through simple and objective procedures or a uniform interface, shall be judged more highly. Additionally, Cryogen maintenance requirements refer to both the periodic need to refill liquid cryogens (nitrogen and helium) and the periodic need to recycle closed-loop cryogenic helium-3. Systems that operate for longer periods between cryogen maintenance shall be judged more highly. 2) Past performance and 3) Price. Technical and Past Performance, when combined, are more important than price. The selection factors for this RFQ are adherence to the technical specifications, user-friendly temperature control, cryogen maintenance requirements, past performance and 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 which clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided IAW 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) 52.217-5, Evaluation of Options (7/90); (2) 52.217-7, Option for Increased Quantity - Separately Priced Line Item (3/89);(3) 52.222-3, Convict Labor (E.O. 11755); (4) 52.233-3, Protest after Award (31 U.S.C 3553);(5) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402);(6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999); (7) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2)and (3); (8) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637 (a)(14)); (9) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, section 7102, and 10 U.S.C.2323) (10) 52.222-21, Prohibition of Segregated Facilities; (11) 52.222-26, Equal Opportunity; (12) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C 4212);(13) 52.222-36, Affirmative Action for Workers with Disabilities;(14) 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C 4212)(15) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (16) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U>S.C. 3301 note); (17) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (18) 52.232 34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 USC 3332); and (19) 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: Lisa Sawyer, 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.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
 
Record
SN00354513-W 20030625/030623213538 (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.