Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
MODIFICATION

66 -- Physical Property Measurement System Turnkey with 9 Tesla and Cryocooler system with Cryogen-Free System Upgrade

Notice Date
6/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0144
 
Archive Date
8/9/2011
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565, Richard E. Fries, Phone: 9375224527
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a two part Physical Property Measurement System (PPMS). The first part consists of the measurement system which contains a 9 Tesla magnet and has a 1.9-400K temperature range capability. The second part of this system a cryocooler system. The purchased items must be electronically and mechanically compatible with the existing Quantum Design measurement components. Backward compatibility is critical. In accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-11-T-0144 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52, 31 May 2011. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 334516. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirements Physical Property Measurement System Turnkey with 9 Tesla and Cryocooler system with Cryogen-Free System Upgrade: This instrument is to be an open architecture, variable temperature, variable magnetic field system, performing multiple automated measurements. There will be vendor designed measurement options, and be adaptable to user designed experiments. Sample environment include controlled magnetic fields up to ± 9 Tesla and controlled temperature range of 1.9 K - 400 K. The sample temperature control system will not require continuous or repeated addition of cryogen.  Sealed sample chamber with minimum 2.6 cm diameter sample access.  Cryogen-free sample cooling.  Existing sample mounts will couple to the 12 electrical leads built into the cryostat insert.  Excitation sources and signal processing will be built into the control system. External devices such as external bridges, current or voltage sources, or lock-in amplifiers will not be required.  Continuous Low-Temperature Control - maintain temperature below 4.2 K for indefinite periods of time and offer smooth temperature transitions when warming and cooling through 4.2 K.  Temperature Sweep Mode.  User Experiments - Graphing utility displaying data as it is being collected. External instruments may be controlled automatically using an integrated Visual Basic interface within Windows-based control software or by controlling external Visual C++, Delphi or Visual Basic programs. THE SYSTEM NEEDS TO BE COMPATIBLE WITH THE FOLLOWING UNITS WHICH ARE ALREADY IN USE: 1. Quantum Design brand Vibrating Sample Magnetometer Option (VSM) hardware  RMS Sensitivity: < 10-6 emu with 1 sec averaging  Optional VSM Oven up to 1000 K 2. Quantum Design brand AC Susceptibility & DC Magnetization Option (ACMS) hardware  Digital signal processing: 10-8 emu (AC); 2.5 x 10-5 emu (DC)  Direct phase nulling, measure and cancel background AC phase shifts at every measurement 3. Quantum Design brand Thermal Transport Option (TTO) hardware and must measure the following four characteristics AC Resistivity ρ  Measured by using precision DSP current source and phase-sensitive voltage detection (AC Transport). Thermal Conductivity κ  Measure by applying heat from the heater shoe in order to create a user-specified temperature differential between the two thermometer shoes. Seebeck Coefficient α  For Seebeck coefficient measurement: Create a specified temperature drop between the two thermometer shoes, monitor the voltage drop created between the thermometer shoes. Thermoelectric Figure of Merit ZT  Determine as the algebraic combination α2T /(κρ) of the three measured quantities - thermal conductivity, Seebeck coefficient, and AC electrical resistivity. 4. Quantum Design brand AC Transport Option hardware  For performing AC Resistivity measurement, Hall Effect, I-V Curve Tracing, and Critical Current measurements  1 nV sensitivity, nΩ resolution at 2 A  Drive amplitude 10 μA to 2 A 5. Quantum Design brand Horizontal Sample Rotator hardware  The thermometer will be located on rotator platform.  Rotator will be driven by precision stepper motor. Will operate in conjunction with the AC Transport Option Hardware Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.222-3,Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222.36, Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (Deviation 2010-O0013)(Jun 2010) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 09:00 AM, Eastern Standard Time on 25 July 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to emmeline.spaulding@wpafb.af.mil or send requested information to: ASC/PKOAA Attn: Emmeline Spaulding 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Emmeline Spaulding at (937)522-4565 or Emmeline.spaulding@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0144/listing.html)
 
Record
SN02487111-W 20110702/110630235548-9a872c05436cc5c0392b2eee1ca08b62 (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.