Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2012 FBO #3768
SOURCES SOUGHT

66 -- Differential Scanning Calorimeter

Notice Date
3/17/2012
 
Notice Type
Sources Sought
 
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
NB638000-12-02005
 
Archive Date
4/17/2012
 
Point of Contact
Christine M. Rogge, Phone: 3034975628
 
E-Mail Address
christine.rogge@nist.gov
(christine.rogge@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
NB638000-12-02005 - Differential Scanning Calorimeter National Institute of Standards and Technology (NIST) Acquisition Management Division Sources Sought for Commercial Item Purchase The National Institute of Standards & Technology (NIST) seeks information on vendors that are capable of providing a Differential Scanning Calorimeter (DSC) with the following technical specifications: - Compatible with our existing TA Instruments DSC to allow for the continued use of remaining consumables (e.g., sample pans). - Inclusion of an auto-sampler which will result in increased productivity, allowing the instrument to perform unattended around the clock. - Refrigerated cooling system not dependent upon the use of liquid nitrogen to eliminate the need (and associated costs and safety hazards) for large volumes of liquid nitrogen while still maintaining low-temperature measurement capabilities. - Sensitivity(< 0.2 iJW), resolution (response ratio index >60), - Baseline bow and baseline drift (<10 iJW). - Cell design allows for both heating and cooling operation - Operating temperature range maximum of 725 to -180 °C. - Patented temperature modulation capability with amplitude and period selections. - Direct heat capacity measurements. - Operator replaceable standard cell, self-calibrating auto-sampler, - Dual mass flow controllers with gas switching through software control, - Full display for control and monitoring of instrument status. - Ability to communicate with an external controller - Operating and data analysis software, un-keyed and Windows 7, or XP compatible - Press and Die Sets Kit - Allows hermetic sealing of the Tzero Pans and the Tzero Hermetic Lids; for crimp sealing of the Standard Series aluminum pans and lids, and gold pans and lids; and for hermetic sealing of the Standard Series aluminum hermetic pans and lids. - Refrigeration Cooling System - Vapor compression refrigeration system which permits convenient programmed or ballistic cooling over the temperature range from -90c to 550c - RCS Gas Dryer - Molecular sieve cartridge dryer for removal of trace moisture in purge gases; provides dry gas to -90c dew point This announcement is not a Request for Proposals (RFP) and does not commit the Government to award a contract now or in the future. No solicitation is available at this time. The purpose of this synopsis is to identify organizations with the requisite qualifications to meet the requirements of the item stated herein. After results of this market research are obtained, analyzed and compared with NIST's minimum requirements, NIST may conduct a competitive procurement and subsequently award a contract. If at least two qualified small businesses are identified during this market research stage, then this acquisition may be solicited as a small business set aside. NIST is seeking responses from all responsible sources, including large and small businesses (SB, SDB, WOSB, HUBZone, SDVOSB and VOSB). This requirement is assigned a NAICS code of 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard for such requirements of 500 employees. The specific purpose of this Sources Sought Announcement is to determine if there are small businesses, within the parameters identified above, that are capable of providing the item required. Interested business organizations that believe they are capable of meeting the requirement should submit electronic copies or mailed copies of their capability statement. Please limit responses to ten (10) pages or less. Responses should include the following information: 1. Name of company that will provide the item. 2. Name of company that will manufacture the item. 3. Spec sheets of the item showing the ability to meet the criteria identified above 4. Typical number of weeks ARO to deliver the item. 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. Any proprietary information should be so marked. The written capability statement should be received by the Contracting Officer no later than April 2, 2012. The capability statement shall identify the business status of the organization. Only electronic or mailed statements will be accepted. Faxes will not be accepted. Send to Christine Rogge, Contract Specialist, at christine.rogge@nist.gov. Direct all questions to this e-mail or to Leonard Spakow at leonard.spakow@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB638000-12-02005/listing.html)
 
Place of Performance
Address: 325 Broadway, Broadway, Colorado, 80534, United States
Zip Code: 80534
 
Record
SN02699419-W 20120319/120317233041-0f63b124cd9500bd12efd63c928669dc (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.