Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

66 -- THERMAL DIFFUSIVITY/CONDUCTIVITY ANALYZER

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
3610 Collins Ferry Road (MS-I07) P.O. Box 880 Morgantown, WV
 
ZIP Code
00000
 
Solicitation Number
DE-RQ26-07NT000131
 
Response Due
2/7/2007
 
Archive Date
8/7/2007
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: THERMAL DIFFUSIVITY/CONDUCTIVITY ANALYZER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 13, Simplified Acquisitions, as supplemented with additional information included in this notice. QUOTES ARE BEING REQUESTED. Responses shall reference Request for Quotations No. DE-RQ26-07NT00131 The U.S. Department of Energy, National Energy Technology Laboratory (NETL), Pittsburgh, PA (for delivery to the Albany Research Center, Albany, OR) intends to purchase the following: Thermal Diffusivity/Conductivity Analyzer with the ability to measure the thermal diffusivity/conductivity of metals, ceramics, composite structures, and high temperature refractory materials. Must be able to accommodate samples composed of metals, oxides, nitrides, carbides, and carbon; or mixtures of these, in addition the following specific capabilities are required: Specifications: 1. A temperature range of room temperature to 1100?aC for testing/data acquisition, with programmable capability integrated for automated testing and data acquisition. Actual sample temperature from furnace heating and energy input must be accurately measured for subsequent data analysis. 2. Equipment must allow for controlled atmosphere testing over the entire temperature range; including in vacuum (10-4 mbar minimum), inert, or oxidizing gases. The vacuum/gas flow system must include a flow controller capable of 5-150 ml/min flow rates, and the necessary fittings for both vacuum and gas control. The system must also include a vacuum pump. The instrument must be capable of subsequent additions/modifications that will allow evaluation of materials in mixed gas atmospheres, such as air, or reactive gas compositions, such as Ar and low H2 concentrations. 3. The equipment must be capable of testing solid samples with sizes up to 25 mm in diameter and 5 mm in thickness, or square samples up to 10 mm by 10 mm. Holders that can accommodate samples with this range of geometries and sizes must be supplied with the equipment. The instrument must be able to analyze samples that are solid (non-porous), or have up to 15% open porosity, and that are macroscopically heterogeneous. 4. For future work, the equipment must be capable of analyzing liquid or powder samples. The instrument must also be able to accommodate a cooling system that will allow testing to -50oC, or less. Sample holders for liquid and powder samples, and a cooling system for low temperature measurements must be currently available from the equipment manufacturer and be applicable to the equipment supplied under this procurement. 5. The instrument will measure sample thermal diffusivity utilizing laser ??flash?? energy applied to the sample surface. The energy source must be variable, allowing one to conduct analyses under the best conditions for a given material. 6. Laser ??flash?? energy will be applied in such a way as to minimize energy input into the sample and associated sample damage. Additional steps that can be taken to minimize sample damage will be considered a plus. 7. Because the instrument will include a laser as the energy source, safety interlocks must be supplied to prevent accidental leakage of laser energy. The equipment must meet all safety regulations associated with Class I Lasers. 8. The furnace must be isolated from the test samples to reduce the potential for instrument damage associated with the test atmosphere and/or the volatilization of material from test samples. 9. The equipment must be capable of evaluating materials according to ASTM E1461-01, Standard Test Method for Thermal Diffusivity of Solids by the Flash Method. 10. The equipment must be easy to calibrate and/or realign. Changes in sample geometry, such as might be encountered when using an automatic sample changer, should not require system realignment by the user. 11. The equipment must be capable of evaluating the thermal diffusivity within the range of 0.001 to 10 cm2/s, and a thermal conductivity within the range of 0.1 to 2000 W m-1 K-1. 12. Software to control the equipment during testing, automatically acquire data during testing, and analyze the data to determine thermal diffusivity/conductivity must be supplied by the equipment manufacturer. Software and the analytical equipment must continuously obtain and analyze data throughout a sample test run. The instrument must be capable of being controlled either manually or automatically (as programmed). 13. Software must calculate and allow the plotting of data in a number of modes, such as temperature versus time, and must calculate thermal conductivity and diffusivity. 14. Software must automatically correct for background/furnace/sample/sample holder issues within the system, and present options to the user as to how to evaluate the data that is generated. Necessary corrections will include those for internal radiation, energy losses to the surroundings, and losses associated with the laser pulse energy. 15. Software supplied by the vendor will be loaded on a computer furnished by the purchaser. The computer will run using Windows XP Pro, will have a PCI slot for an IEEE card, and have the following minimum specifications: Pentium 4/3.0 GHz, 1 GB RAM, 80 GB hard drive, DVD/CD-RW drive; 3.5"/1.44, MB floppy drive; and serial, parallel, USB, and Ethernet interfaces. Any specialized interface boards, including the IEEE card for the computer and the analytical equipment, will be supplied by the vendor. 16. An automatic specimen changer for unattended operation will be supplied with the instrument, and will be capable of holding at least 3 samples. 17. An appropriate cooling system for the instrument will be supplied by the vendor, if required. This cooling system must be equipped with safety interlocks in case water flow is interrupted. 18. After award, electrical and equipment specifications/requirements will be supplied by the equipment manufacturer at least two months prior to equipment arrival on site. The equipment manufacturer will install the equipment and software on site using a qualified service engineer. Equipment will be checked for correct operation against known standard materials prior to acceptance. 19. The equipment manufacturer will supply on-site training to at least one individual on the equipment, its use, and data interpretation. DELIVERY: FOB Destination is required (all freight included). The provisions at 52.212-2 Evaluation ?V Commercial Items (JAN 1999) does not apply to this acquisition. Instead, the following information will be used for evaluation of offerors: An award shall be made to the responsible offeror submitting a technically acceptable quote and offering the lowest evaluated price. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature and drawings detailing features, technical capabilities and warranty data. Technical acceptability will be determined solely on the content and merit of the information submitted response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the quote as meeting technical acceptability. Price shall be the deciding factor among technically acceptable quotes. The North American Industry Classification (NIAC) is 334516. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); and remit to address if different. A Firm Fixed Priced Purchase Order shall be issued using the Simplified Acquisition Procedures FAR Part 13. Responses/offers are due no later than 5:30 p.m. Eastern Time Zone on February 7, 2007. Quotes may be faxed to Mr. Robert Mohn, at 412-386-5770 or E-mailed mohn@netl.doe.gov. All technical questions should be directed to the Technical Representatives Ms. Cynthia Powell at 541-967-5803 or Mr. James Bennett at 541-967-5983.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/167ECF4D4F41289D8525726C006B1CE3?OpenDocument)
 
Record
SN01217133-W 20070125/070123220213 (fbodaily.com)
 
Source
FedBizOpps 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.