Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2008 FBO #2378
SOLICITATION NOTICE

66 -- Vector Magneto-Cryostat

Notice Date
5/29/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA134108RQ0561DR
 
Point of Contact
DianaRomero,, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Vector Magneto-Cryostat (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-08-RQ-0561DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 334516. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 BRAND NAME OR EQUAL TO: American Magnetics Model MAxes(trade marked) 2-axis Magnet System (9T/3T). CLIN NO. 0002 Two Axis Superconducting Magnet CLIN NO. 0003 Bottom Loading Liquid Helium Research Dewar - Nitrogen Shielded CLIN NO. 0004 BRAND NAME OR EQUAL TO: American Magnetics Model 4Q06125 PS-420 Bi-Polar Power Supply System. CLIN NO. 0005 BRAND NAME OR EQUAL TO: American Magnetics Multi-Axis Magnet System Software Interface CLIN NO. 0006 BRAND NAME OR EQUAL TO: American Magnetics Model 135, Liquid Helium Level Monitor with IEEE 488 interface and level sensor CLIN NO. 0007 BRAND NAME OR EQUAL TO: American Magnetics Model 185 Liquid Nitrogen level monitor with level sensor CLIN NO. 0008 Liquid Helium Transfer Line (VI) Description of requirements is as follows: The nanostructure device and fabrication group requires a magneto-cryostat for its recently purchased scanning confocal microscope (CFM) to perform metrology on single semiconductor quantum dots, nanopatterned devices, and semiconductor waveguides. The magneto-cryostat must be a Helium bath type with both the magnet and sample space immersed in liquid Helium. The majority of the He bath should be located above the magnet and sample space to make most efficient use of the cryogen. The required salient characteristics are detailed below for the above line items. (a) The Helium Bath should have a capacity of 50 liters or greater. (b) Helium consumption should be less than 0.5 litres/hour (c) The distance from the top flange of the cryostat to the center of the magnetic field must be precisely 1136.5 mm. (d) Overall dimensions should not exceed 640 x 640 x 1350 mm. (e) Clear bore diameter = 2 in. (f) The magnet should be capable of a providing a magnetic field in 2 principal directions. It will provide > 7 Tesla in the vertical direction and > 2 Tesla in one orthogonal direction. (g) One bi-polar power supply capable of energizing the 5 Tesla magnet will be provided. (h) Field homogeneity should be better than 1.0% over a 1 cm diameter sphere. (i) A transfer stick will be provided. (j) A Helium and nitrogen level meter. (k) Software for controlling the magnetic field magnitude and direction. (l) Once provided with technical drawings of our insert, the company delivering this magnet system should be able to guarantee compatibility with said insert. (VII) Place of delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) Required delivery is 180 days ARO; offerors shall state offered delivery. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Apr 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide the brand name of an "equal" product, including manufacturer and model no. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability, 2) Past Performance, 3) Delivery, 4) Warranty and 5) Price. 1) Technical Capability - the RFQ shall address all the salient characteristics outlined above and shall provide indication of understanding and ability to meet requirements. 2) Past Performance - the RFQ shall include no fewer than 3 references, including address, phone number, and point of contact, from users who are currently operating the make and model, or equivalent, of the proposed systems. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2008), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). (28) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (29)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (31) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIV) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:www.arnet.gov (End of clause) The following additional terms and conditions apply: 52.211-6 Brand Name or Equal (Aug 1999) (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 12:00 P.M. MST/MDT on June 11, 2008. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7791 and email address is Diana Romero@noaa.gov (XII) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=915a44282d65b1d361ead3adbdc80115&tab=core&_cview=1)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01582557-W 20080531/080529221010-915a44282d65b1d361ead3adbdc80115 (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.