Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SOLICITATION NOTICE

66 -- Cryostat for Measurement of SET Devices

Notice Date
8/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0520
 
Archive Date
8/30/2008
 
Point of Contact
Jennifer Lohmeier, Phone: 301-975-8173, Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
jennifer.lohmeier@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
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 PROCEDURES 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) 2005-26. *** 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 a Cryostat for Measurement of SET Devices to be used in Atomic Physics Division at NIST, Gaithersburg, MD. *** BACKGROUND NIST has an ongoing program to investigate single-electron tunneling (SET) nano-electronic devices, for applications in metrology and quantum information. Amongst the requirements for high-quality measurements of these following devices are the following: 1) Low temperatures. 2) Low noise environment, both electrical and acoustic. At present, this program has a dilution refrigerator which can achieve temperatures as low as 0.02 K; this system has been shown over the course of years to allow high-quality measurements, with very low electrical noise. This capability has been achieved by addition of several different types of custom-made filters, which were added to the cryogenic system after its delivery by the commercial vendor. This dilution refrigerator can achieve very low temperatures, but it is not well-suited to measurements above 0.5 K, nor is it well-suited to varying the temperature. In addition, it is a slow system: the turnaround time from base temperature to changing samples to return to base temperature is 2 1/2 days. In order to expand NIST’s measurement capability, a temperature scanning measurement system is required. This will allow measurement over a wide range of temperatures and will allow characterization of a large number of samples by virtue of a much faster turnaround time. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: Quantity One (1) Each, Cryostat for Measurement of SET Devices Contractor shall meet or exceed the following minimum required technical specifications: Ability to scan temperatures from 5 K to 300 K The need for filtering and thermalization imposes a requirement that, at every stage including the vacuum flange, there be a large diameter area available for custom-made filters. This area shall be at least 50 square cm. Turnaround time: six hours or less. Low acoustic vibrations transmitted to the sample: the vendor shall specify in the quotation the spectrum of vibrations at the sample space from 0 Hz up to 10 kHz. Magnetic field: Magnetic field of at least 2 Tesla. Manual controls: To the extent that this system is designed to be operated in conjunction with a computer, there shall be a parallel set of manual controls that allow full operation of the system without any computer whatsoever. Unattended time: It shall be possible for the system to run for 30 hours without operator intervention. A full set of mechanical drawings and manuals shall be included. To the extent that any metric fittings are used in the assembly, the Contractor shall supply a set of spare metric bolts, nuts, and washers. The spare bolts shall be identical in size and shape to those used in the system. The Contractor shall supply at least 50 of each of the spare bolts, nuts, and washers. ***The Contractor shall state the warranty period and the coverage provided. ***Delivery shall be FOB Destination and completed in accordance with the Contractor’s commercial schedule. 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 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. *** *** Inspection and Acceptance Criteria 1. Visual and Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. At a minimum, NIST will test to ensure the maximum specified speed and accuracy requirements are met and the required manipulator and rail motions are reached while carrying the rated maximum load and at the manipulator's greatest rated extension. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. ****Under the Technical Capability factor, Greater consideration will be given to Contractor’s whose quote offers the following: The ability to scan temperatures from 2 K to 300 K, and to control temperature with an instability and imprecision of at most 0.1 K. The large diameter area for custom-made filters should be as large a possible; 75 to 100 square cm would be desirable. This area does not have to be one contiguous area, but can be comprised of several individual areas. As part of this requirement, a proposal to include hermetic SMA jack-to-jack coaxial feedthroughs at the vacuum flange would be desirable. Turnaround time: smaller is better, with two hours being desirable. Low noise: as low an audible noise level from pumps as possible. Low size and weight; for example, 25 kg and 1.5 m high by 1 m wide. Magnetic field: Magnetic field of at least 5 Tesla. Unattended time: the system shall be capable to run for three days without operator intervention. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its’ affiliates. Quoters 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 and address of the reference contact person and the company or organization; the telephone number of the reference contact person; and the date of delivery. ***Past Experience shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar instrumentation. System shall have previously demonstrated long term ruggedness, durability and consistency. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. ***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. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 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: 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-3, Buy American Act – NAFTA w/ Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; and 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 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; and 4) One (1) copy of the most recent published price list. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 11:30AM local time, on August 15, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. 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 shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall 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 shall 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 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 shall 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. Emailed quotes will be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=866fe2dc57a8a7fcb402c5638f6b0dea&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
Zip Code: 20899-0001
 
Record
SN01630780-W 20080806/080804223601-866fe2dc57a8a7fcb402c5638f6b0dea (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.