Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2002 FBO #0172
SOLICITATION NOTICE

66 -- Pulse Tube Refrigertor

Notice Date
5/21/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
NA1341-02-Q-0462
 
Response Due
5/31/2002
 
Archive Date
6/15/2002
 
Point of Contact
Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
 
E-Mail Address
joni.laster@nist.gov, carol.wood@nist.gov
 
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. 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 in the Federal Acquisition Circular (FAC) 2001-07.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 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 one (1) pulse tube refrigerator, cryostat, to be used by the NIST Center for Neutron Research for neutron scattering experiments.***All interested offerors shall provide a quote for the following : Line item 0001: Quantity one (1) each cryostat with all of the following required specifications. (1) Operating temperature range of 3 - 325 K; (2) Cooling power of at least 0.25 W @4.2 K; (3) Cooling time from room temperature to 4.2 K less than 2 hours; (4) Maximum diameter of 12 inches (305mm); (5) No cold moving parts in the refrigeration section; (6) Electrical power shall be one (1) or more of the following: 110V single phase, 60Hz; 200V single phase, 60Hz; 200V three (3) phase, 60Hz; or 380V three (3) phase, 60 Hz; (7) Water consumption shall not exceed 18 liters/minute; (8) Refrigeration Lines. Stainless Steel flexible hoses shall be 15 feet in length; (9) The interface to existing NIST equipment consists of three nested parts: outer vacuum can flange, heat shield mount, and cold finger mount. The three parts are arranged such that the cold finger and heat shield mounts protrude below the outer vacuum can flange. The vertical distance from the base of the cold finger mount to the end of the heat shield mount shall be 0.75 inches. The distance from the base of the cold finger mount to the bottom of the outer vacuum can flange shall be 2.25 inches; (10) Outer vacuum can flange. The vacuum flange shall consist of six tapped ?-20 holes on a 6.375-inch bolt circle. The flange face finish shall be 16 micro inches; (11) Heat shield mount. The heat shield mount shall be detachable, and thermally connected to the first stage of the pulse tube refrigerator. The heat shield mount shall consist of an external 3.5"-24 thread, 0.188 inches in length; (12) Cold finger mount. The cold finger shall terminate with two 10-32 tapped holes equally spaced on a 0.500 inch bolt circle at a depth of 0.375 inches minimum; (13) Vacuum pump out ports. There shall be three (3) KF 25 vacuum pump out ports which extend above the motor housing and face upward; (14) Wiring configuration. The external wiring connection shall consist of a single 19-pin connector mounted on one of the KF 25 vacuum pump out ports. The internal wiring shall connect two temperature sensors (A and B) and one heater. In addition, spare wiring for one sensor and one heater shall be included in the internal wiring. The wiring shall consist of the following: (a) NIST shall supply a Detoronics model DTIH-14-19PIN electrical connector appropriately mounted to a KF 25 vacuum flange. (b) Cryostat pin assignments to sensor A: K/Sensor I+; L/Sensor I-; N/Sensor V+; P/Sensor V-. (c ) Cryostat pin assignments to sensor B: U/Sensor I+; V/ Sensor I-; R/ Sensor V+; D/ Sensor V-. (d) Cryostat pin assignment to heater: M/htr+; A/htr-; (15)Wire type and size specification. (a) All sensor wiring shall be Lakeshore Duotwist 32 AWG, WDT-32 or equivalent. Salient characteristics of the wire are the wire gauge, thermal conductivity less than 80 W/m-K, twisted pair construction, and color coding. (b) All sensor wiring shall provide a free length of 12 inches where the sensor attaches, to provide for remounting of sensors. (c) Heater wire shall be 30 AWG 7/38 stranded copper wire with Teflon insulation in a twisted pair, red insulation on M/ htr+, black insulation on A/ htr-. (d) Spare heater wire shall be 30 AWG 7/38 stranded copper wire with teflon insulation in a twisted pair, with green and black insulation colors. (e) All wiring shall be labeled at both ends. (16) Sample mounting interface and heater. (a) NIST will supply the sample mounting interface, including heater, to be attached to the cold finger. (b) The heater will consist of two, approximately 70 ohm, metal cartridge heater elements. (d) Heater elements shall be wired in parallel, to pins M and A of the connector specified in 14 (a) above; (17) Temperature sensors. Sensors A and B shall be Scientific Instruments SI410-AA-2 bobbin mount silicon diodes or equivalent. The salient characteristics of these sensors are heat-sunk wiring leads, robust package, screw mounting hole (4-40), four-wire sensing leads, and accuracy over the temperature range 1.5-325 K. The accuracy requirement is the following: +/- 0.25 K from 1.5 K to 25 K, and +/- 0.5 K from 25 K to 350 K; (18) NIST shall approve final drawings before manufacture.***The Contractor shall state the warranty coverage provided for line item 0001.***Delivery shall be FOB Destination and shall be no later than 90 days after receipt of order.***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.***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability and past performance shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or its' affiliates.***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items.***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: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Alternate I, Buy American Act - Balance of Payment Program-Supplies; (21) 52.225-13 Restriction on Certain Foreign Purchases ; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration and 52.245-4, Government Furnished Property. 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 offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) A list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571.***Submission must be received by 3:00 p.m. local time on May 31, 2002. *** FAXED OFFERS WILL NOT BE ACCEPTED.***
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-02-Q-0462/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland
Zip Code: 20899
Country: USA
 
Record
SN00080547-F 20020523/020521213206 (fbodaily.com)
 
Source
FedBizOpps.gov 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.