Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

66 -- Complete Cryogenic Magnetic System

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous 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
NB1341-09-RQ-0226
 
Archive Date
8/4/2009
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Carol A. Wood, Phone: 301-975-8172
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
(joni.laster@nist.gov, carol.wood@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The above referenced solicitation is hereby amended to incorporate changes to technical specifications, change required submissions, change delivery requirements, and extend the due date for quotations. The due date for quotations is hereby changed as follows: FROM: June 1, 2009 at 3:30 PM Eastern Time TO: July 20, 2009 at 3:30 PM Eastern Time. 1. Line Item 0001 is hereby amended to incorporate changes to technical specifications as follows. 1.1 Paragraph A is hereby amended to incorporate a new specification. Specification 5 is hereby incorporated and made a part of the solicitation: ADD: 5) A minimum of one (1) liquid cryogen monitors with output accessible through IEEE-488 interface; 1.2 Paragraph C is amended to delete specifications 5 and 6 in their entirety. Paragraph C is changed to read as follows: FROM: (C) Magnet power supply/controller which shall meet or exceed the following minimum required specifications: 1) Programmable, reversing bipolar; 2) Ramp function programmable; 3) Internal energy absorber and quench protection; 4) Persistence switch heater output/control; 5) A minimum of one (1) Interface/inputs for Liquid cryogen monitors; 6) A minimum of two (2) Interface/inputs for thermometers; 7) IEEE-488 computer interface; 8) Must be fully integrated and tested with system. TO: (C) Magnet power supply/controller which shall meet or exceed the following minimum required specifications: 1) Programmable, reversing bipolar; 2) Ramp function programmable; 3) Internal energy absorber and quench protection; 4) Persistence switch heater output/control; 5) IEEE-488 computer interface; 6) Must be fully integrated and tested with system. 1.3 Paragraph D is amended to delete specification 3(c)(iii) in its entirety and add specification 4(c). Paragraph D is hereby changed as follows: FROM: (D) Variable Temperature Insert which shall meet or exceed the following minimum required specifications: 1) Safety pressure relief valves on vacuum and sample region; 2) 1.5K to 300K operating temperature range 3) Sample Probe: a. Non-magnetic sample probe with non-magnetic sample mount; b. Sliding seal probe with gate valve for changing of samples without contamination; c. Wiring: i. Multipin feedthrough for heater and sensors: wired by manufacturer; separate shielding of heater and sensor wires; ii. Separate low resistance, low thermal emfs, low leakage multipin (min 14) feedthrough for sample. NIST shall provide the multipin feedthrough for sample mount; iii. Optional - wiring of multipin feedthrough/sample mount per the following: 1. Leakage resistance greater than 1013 ohms 2. Total resistance of individual leads at 4.2 K no greater than 5 ohms 4) Automated/programmable temperature control using: a. Heater installed on sample mount; b. Zirconium-oxynitride resistance thermometers at sample mount and heat exchanger; TO: (D) Variable Temperature Insert which shall meet or exceed the following minimum required specifications: 1) Safety pressure relief valves on vacuum and sample region; 2) 1.5K to 300K operating temperature range 3) Sample Probe: a. Non-magnetic sample probe with non-magnetic sample mount; b. Sliding seal probe with gate valve for changing of samples without contamination; c. Wiring: i. Multipin feedthrough for heater and sensors: wired by manufacturer; separate shielding of heater and sensor wires; ii. Separate low resistance, low thermal emfs, low leakage multipin (min 14) feedthrough for sample. NIST shall provide the multipin feedthrough for sample mount; 4) Automated/programmable temperature control using: a. Heater installed on sample mount; b. Zirconium-oxynitride resistance thermometers at sample mount and heat exchanger; c. A minimum of two (2) thermometers with output accessible through IEEE-488 interface; 2. The delivery requirements are hereby changed as follows: FROM: Delivery, installation and training shall be completed not later than 90 days after receipt of an order. Delivery terms shall be FOB Destination. TO: Delivery shall be completed in accordance with the Contractor’s commercial delivery schedule. Installation and training shall be completed not later than 30 days after delivery. Delivery terms shall be FOB Destination. 3. The required submissions are hereby amended to delete one requirement from and add one requirement to Paragraph 1 entitled “For the purpose of evaluation of Technical Capability, all quoters shall submit all of the following:” 3.1 The following requirement is hereby deleted from the solicitation: “Data on similar systems that shows that the quoter can meet the final performance requirements. Data must clearly show demonstrate timelines the Contractor has achieved with respect to: (1) Cool down for liquid helium dewars with a magnet installed; (2) Probe exchanges.” 3.2 The following requirement is hereby added to the solicitation: “Any available data on similar systems that shows that the quoter can meet the final performance requirements.”
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB1341-09-RQ-0226/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01876917-W 20090717/090716001002-65b128c1304feb023de23a64b01baab8 (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.