Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2003 FBO #0510
SOURCES SOUGHT

66 -- CHEMICAL VAPOR DEPOSITION FURNACE

Notice Date
4/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB853000305349BJ
 
Point of Contact
BJ Roberts, Purchasing Agent, Phone 303 497-3799, Fax 303 497-3163,
 
E-Mail Address
barbara.roberts@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institute of Standards & Technology (NIST,) Materials Reliability Division has a requirement to purchase a Chemical Vapor Deposition (CVD) furnace to produce carbon nanotubes for research purposes. This CVD furnace should be capable of producing both single walled and multiwalled carbon nanotubes of specific length and quality. The CVD furnace "the system" should consist of a horizontal 2-inch diameter. Quartz process tube capable of operating at a temperature greater than 1000 degrees CELSIUS. There should be a minimum of four independently controlled gas sources with an integral gas detection and shutoff safety system. All system functions should be controlled completely by a Windows based PIII computer or better,which should be included with the system. There should be automatic sample loading capable of accurate and repeatable positioning of samples within the hot zone to ensure repeatable nanotube growth from run to run. Temperature should be monitored with at least 4 thermocouple sensors located inside the process tube. The system operation should be monitored and controlled by a high quality safety system. The system should have an operation cycle or turn around time of no more than two hours per run and have complete reproducibility of production parameters. The growth rate of carbon nanotubes should be at least 10 microns per minute. Nanotube quality should meet the following for the system as installed at NIST: Length - greater than 100 microns, Kink free - greater than 10 microns, Impurities in final product - less than 5%. The sample loading system should consist of an automatic sample loader with accurate and reproducible sample placement. It should also have gas detectors and interlocks for detecting and preventing improper sealing of the process tube end cap. The safety system should consist of the following: Gas detectors and interlocks to detect and mitigate errors for internal gas leaks, improper exhaust pressure, improper chamber closure, and inaccurate sample positioning, plus flammable gas containment and removal of any unreacted or hazardous gas and inert gas purge of process tube after deposition. The computer control to include the following: Turnkey - once system is installed all systems controlled by computer, no operator intervention required during deposition, visual representation of deposition progress, tested and included software procedures to produce multiwalled and single walled nanotubes, user definable software procedures for new recipes for nanotube production, and exportable non-proprietary data files. System is to be installed by vendor at NIST Boulder and safety tested and approved. Single walled and multiwalled nanotubes are to be produced here at NIST by installers during installation. Training is to be provided by installers immediately after installation at NIST. Vendors shall be evaluated based on demonstrated direct experience with carbon nanotube growth and carbon nanotube specific CVD furnace fabrication experience. This includes previous installations of similar systems and references for installed systems. Also demonstrated nanotube growth on Micro-lithographical Patterned samples, atomic force microscopy tips, and MEMS devices. The system should be installed and operational within three months of receipt of order. Vendors should submit information and references supporting these criteria. Proposals shall be graded on usability of the proposed system and the ability to meet the technical specifications. The scoring will be: Demonstrated experience and references (40%); Technical merit of the system proposal (30%); Safety systems (15%); Delivery and installation time (30%). Procurements under Simplified Acquisition Procedures ($25,000-$100,000) are set-aside for small business unless small business cannot meet the need at a reasonable price. Terms and Conditions and agency level protest procedures can be found on web site http:\\oamweb.osec.doc.gov/CONOPS/#REFERENCE. Hard copy in full text available from office address and phone number listed in notice. All technical questions shall be addressed to Paul Rice at (303) 497-7601. These are the complete specifications, no bid package is available. This request will expire May 15, 2003. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 22-APR-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: US DEPARTMENT OF COMMERCE, NIST, 325 BROADWAY, BUILDING 2, BOULDER. CO
Zip Code: 80305
Country: USA
 
Record
SN00309666-W 20030424/030422214716 (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.