Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
SOLICITATION NOTICE

66 -- Electronics and Vacuum Upgrade for Cryogenic Probe Station

Notice Date
7/17/2009
 
Notice Type
Presolicitation
 
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
NB812070-9-06258
 
Archive Date
8/16/2009
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Patrick P Staines, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
(paula.wilkison@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology (NIST) intends to negotiate, on a sole source basis, under authority of FAR 13.106-1(b) (1), with Lake Shore Cryotronics., of Westerville, Ohio, for the acquisition of electronics and vacuum upgrades to NIST’s Cryogenic Probe Station System currently being used in NIST’s Electronics and Electrical Engineering Laboratory. *** NIST cites FAR 6.302-1(a)(ii)(A) and (B) (see excerpt below) as primary rationale for Sole Source Determination. (ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in -- (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition, or (B) Unacceptable delays in fulfilling the agency’s requirements. (See 10 U.S.C. 2304(d)(1)(B) or 41 U.S.C. 253 (d)(1)(B).) This requirement is for major upgrades to NIST’s existing Low-Temperature Horizontal and Vertical Magnetic-Field Probe Station System, which is used for low-temperature, low-electronic noise electrical probing of semiconductor and spintronic nanostructures. These upgrades will allow the two magnetic field orientation probing stations of the original system to be operated simultaneously and independently. Sole source justification is based on the fact that only Lake Shore Cyrotronics has the detailed knowledge of the original unit and technical capabilities to successfully design the upgrade, deliver the components with the proper calibration information, and provide the installation assistance required to successfully implement the upgrade. Upgrades purchased from any other vendor would not provide the detailed mechanical and electrical designs and calibration curves for the thermometry that are required. The electronics upgrades that are required are to upgrade an existing system which contains Lake Shore thermometers that have specific calibration curves are proprietary to Lake Shore. These thermometers are integrated into the probe station and cannot be removed and replaced without major damage to the probe station. The vacuum upgrades that are required must be sourced from Lake Shore, as only the Lake Shore system has the specific mechanical adaptor required to mate it with the existing Lake Shore low-temperature probe station. The adaptor meets the specific geometry of the existing low-temperature probe station and is manufactured by Lake Shore specifically for this system. Lake Shore is the only known vendor capable of supplying the required electronics and vacuum upgrades and modifications to NIST’s existing Low-Temperature Horizontal and Vertical Magnetic-Field Probe Station System. Sourcing this upgrade from any other vendor would require that the entire Probe Station be reverse-engineered, incurring unacceptable and costly delays in research projects as well as unnecessary duplication of costs. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor’s commercial schedule. *** *** As defined in the Federal Acquisition Regulation, (FAR), 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, Gaithersburg, Maryland, 20899-0001. *** ***The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the size standard is 500 Employees.*** ***No solicitation package will be issued. This notice of intent is not a request for competitive quotations; however, interested persons may identify their interest and capability to respond to this requirement. The Government will consider responses received by 3:00 p.m. (EST) on August 1, 2009. Inquiries will only be accepted via email to paula.wilkison@nist.gov. No telephone requests will be honored.*** ***A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB812070-9-06258/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01879913-W 20090719/090718001134-3c97a7ccc4d7c0b1b2ced0480445f7d5 (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.