Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

66 -- Cryogenic Positioning Stages

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NB822110-7-04904
 
Response Due
6/27/2007
 
Archive Date
7/12/2007
 
Description
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 05-16. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with the small business size standard of 500, however, this acquisition is being procured using full and open competition, therefore, any interested vendor may submit a quotation. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency?s requirement. The Manufacturing Metrology Division in MEL is building a vacuum cryogenic probe station for the development and testing of instrumentation for low-temperature atomic break-junction experiments, as part of the Intrinsic Force Standards Competence effort. A key component of the proposed system will be small, cryo-compatible, nano-positioning stages for manipulating and aligning the various sensors in a cryogenic, ultra-high vacuum environment. Space is limited, since the cold portion of the test chamber is restricted to a two inch diameter footprint, so that the working volume available for the stages is around 15 mm x 15 mm x 10 mm. The system will be used to test prototypes of ultra-sensitive mechanical devices; primarily custom-designed, state-of-the-art force and displacement transducers. The positioning stages must tolerate long operating cycles (10-12 hours or more) at a stable cryogenic operating temperature (for example, 5 K plus or minus 0.1 K). The position resolution of the stages should be a few tens of nanometers or less. The stages should also have very high position stability (e.g., sub-nanometer) and be able to hold position without consuming power. The National Institute of Standards and Technology (NIST) has a requirement for three (3) Cryogenic Positioning Stages. LINE ITEM 0001: Quantity three (3) each Attocube Cryogenic Positioning Stages Part ANPx50 or equal meeting all of the following required salient characteristics: 1. Stages must operate reliably for sustained periods (15 hrs) at a minimum temperature of 4 degrees Kelvin; 2. Dimensions: footprint must be a maximum of 15 mm x 15 mm, and a maximum height of 10 mm; 3. Travel: a minimum of 4 mm; 4. Must have 3 axis positioner electronics for manual or computer control of stage operations; 5. Step: must be 10 nm or smaller. Delivery terms shall be FOB Destination. FOB Destination means 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. Delivery shall be completed in accordance with the contractor?s commercial schedule. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics and clearly documents that the offered product meets or exceeds the specifications stated above and meets the needs of the Government in essentially, the same manner as the brand name. The full text of the FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provision(s) apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items 52.225-2 Buy American Act Certificate 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: (14)52.222-3, Convict Labor (15)52.222-19, Child Labor-Cooperation with Authorities and Remedies (16)52.222-21, Prohibition of Segregated Facilities (17)52.222-26, Equal Opportunity (19)52.222-36, Affirmative Action for Workers with Disabilities (23)52.225-1, Buy American Act--Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund 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 quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses the above line items. 2). Two (2) originals of technical description and/or product literature; This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 pm local time on June 27, 2007. EMAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01318714-W 20070616/070614220527 (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  © 1994-2020, Loren Data Corp.