Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

66 -- Beryllium Oxide Neutron Filters for MACS Detector System

Notice Date
1/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
SB1341-05-Q-0272
 
Response Due
2/14/2005
 
Archive Date
3/1/2005
 
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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 (FAC) 2001-27. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for twenty (20) each, Beryllium Oxide Neutron Filters for MACS Detector System to be used in the NIST Center for Neutron Research at NIST, Gaithersburg, MD. *** ***All interested offerors shall provide a quote for the following line item: Line Item 0001: The Contractor shall furnish twenty (20) Beryllium Oxide Neutron Filters for MACS Detector System.*** Background The Department of Commerce and the National Institute of Standards and Technology have developed a major national facility for neutron scattering. This project provides for over fifteen unique instrument stations for use by national and international researchers for materials research. In addition, instruments are also provided for fundamental physics research, neutron interferometry, and neutron optics. This procurement is for pure polycrystalline beryllium oxide blocks that will be used to reject unwanted high energy neutrons from the detection system. Due to the crystalline structure of the material and the coherent nature of interactions between neutrons and beryllium oxide, neutrons with wave lengths greater than 0.47 nm pass through this material with a low probability for scattering and absorption. However, shorter wavelength neutrons are strongly scattered so that an incident parallel beam of neutrons with wave lengths shorter than 0.47 nm is converted into an approximately isotropic point source emanating from the filter. 2.0 Scope The procurement covers a total of twenty beryllium oxide blocks with identical dimensions, purity, and physical characteristics specified to achieve the desired performance as neutron filters. The blocks are shaped as truncated right rectangular pyramids. There is a special requirement of uniformity of the chemical composition and grain distribution so that the twenty detection channels where the filters will be used have similar sensitivities. 3.0 Contractor Requirements The contractor shall ship twenty accurately dimensioned beryllium oxide blocks of specified chemical purity to the NCNR. A certified analysis verifying compliance with all specifications shall be included. In addition there are requirements to provide materials samples that the NCNR will test for compliance with specifications as detailed below. 3.1 Bulk Materials Specification Chemical composition weight percent: These specifications are set to ensure sufficient content of the desired beryllium oxide majority phase. - Beryllium oxide greater than 99.5 percent - Composition variation between items of the order less than 0.5 percent RMS Density: This specification ensures that the materials density is high enough to perform the required filtering function. The room temperature density shall be within 1 percent of the theoretical Be0 density of 3.009 gm/cm3. Grain distribution: This specification is set to maximize Bragg dieaction of neutrons with wave lengths shorter than the 0.47 nrn filter cut-off. - Average grain size between 5 mm and 20 mm - Grain orientation distribution anisotropy over 1 mm 3 less than 5 percent - Average grain size variation over items in order less than 0.5 percent RMS The maximum content of any other impurity element shall be greater than 0.2 percent by weight Impurity content variation between items in order shall be greater than 20 percent RMS. Physical Characteristics: The following specifications ensure that the beryllium oxide blocks can be mounted as mechanical bodies without shedding toxic parts. - No cracks are permissible. - Largest dimension of any mark on the surface less than 1.5 mm - Number of surface marks with size between 0.015 mm and 1.5 mm less than 4 per 25 an2 3.2 Physical Dimensions The material shall be delivered as accurately dimensioned blocks. A total of twenty blocks with identical dimensions, are covered by the order. The physical dimensions, tolerances and surface finish are specified on the attached drawings. 3.3 Markings The large font surface of the filters shall be marked with the following: "Beryllium F Oxide", vendor name, lot identification, item identification and purchase order number. Any marking technique that does not add additional material can be used. 3.4 Certified Materials Analysis All materials delivered under this order shall be accompanied by a certified chemical analysis indicating the Be0 weight percent, the impurity content, and compliance with the grain size distribution requirements. 3.5 Samples All materials samples provided by the contractor under this order shall have a mass of at least 1 gm and shall form a single contiguous body with 1 mm being the smallest linear dimension and with no dimension larger than 20 mrn. The shape is otherwise unimportant. 3.5.1 Pre-performance Samples Upon issuance of a contract, the contractor shall deliver a sample that is representative of the materials to be delivered so that the NCNR can verify compliance with the chemical purity and grain size specifications. 3.5.2 Delivery Samples Each beryllium oxide block shall be accompanied with a materials sample and a certification that the sample is representative of that block. The samples may be subject to any form of analysis chosen by the NCNR to verify compliance with specifications. 4.0 Government Responsibilities The government will perform at least two types of analysis on the pre-performance sample and report the results to the contractor. Neutron activation analysis will be used to determine the impurity content and neutron diffraction will be used to determine the grain size and orientation distribution. Similar analysis may be performed on the acceptance samples and if these samples are found not to satisfy the requirements, then the results will be reported to the contractor. 5.0 Acceptance A certification of compliance with all material specifications from the contractor shall be a condition for acceptance. In addition, the NCNR may inspect all materials received in any way they see fit to ascertain compliance with the material and dimensional specifications. Items that fail to meet these acceptance criteria shall be repaired or replaced by the contractor at no additional expense to the government. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***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 any 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 all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award will be made to the offeror whose quote offers the lowest price, technically acceptable quote. *** ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. *** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (13) 52.222-3, Convict Labor; (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22)(i) 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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 clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals 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.acqnet.gov. *** ***All quotes must be received not later than 3:00 PM local time, on February 14, 2005 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested you?re your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving / Building 301, Gaithersburg, Maryland
Zip Code: 20899-1640
Country: USA
 
Record
SN00741944-W 20050130/050128211811 (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.