SOLICITATION NOTICE
66 -- Cryogen-free (also called ?closed-cycle?) Cryostat using Pulse Tubes
- Notice Date
- 8/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment 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, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-05-Q-0908
- Response Due
- 8/19/2005
- Archive Date
- 9/3/2005
- 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. SIMPLIFIED ACQUISITION PROCEEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 through Federal Acquisition Circular (FAC) 2005-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 750 employees. However this requirement is unrestricted and all interested vendors may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for one (1) Each, Cryogen-free (also called "closed-cycle") cryostat using pulse tubes to be used in the NIST Atomic Physics Division quantum dot spectroscopy research in Gaithersburg, MD. All interested offerors shall provide a quote for the following line item: Line Item 0001: A cryostat for our use in quantum dot spectroscopy meeting the following requirements: Cryogen-free, also called "closed-cycle", (requires no liquid nitrogen or liquid helium) employing a pulse tube cooler with: Base temperature 4.2 Kelvin or below Sample stage cooling power: > 0.4 Watts at 4.2 Kelvin Intermediate stage cooling power: > 25 Watts at 70 Kelvin Vibration levels as low as possible (this is difficult to quantify) Electrical noise levels as low as possible (this is difficult to quantify) Sample held in vacuum with direct optical access from at least four windows System should include thermometry and temperature control System must allow user to install wiring and optical fibers to probe sample System must be supplied with a mount so cryostat can stand alone on floor or table The unit shall have the following options: SS LV/LN Flexible Lines 10 Foot Long: Special hoses to minimize acoustic noise Remote motor option: To decouple electrical noise from sample Low Vibration option: To decouple mechanical vibrations from sample Cryogen-free (also called "closed-cycle") cryostats using pulse tubes. The unit offered by any vendor must be equal to the CRYOMECH ST405 cryostat equipped with: 1. PT405 Cryorefrigerator; 1. PT405 cold head; 1. CP950 water cooled Compressor package 220/230 VAC 3 phase 60HZ; 2. SSLV/LN Flexible Lines 10 ft long ? inch Aeroquip to ? inch Aeroquip, ? inch ID line ? inch Aeroquips both ends, ? inch ID line 1.10 foot Cold Head Motor Cord 1. CryoStat Assembly that includes: Vacuum Shroud Assembly Sample Holder 5 ea window blanks Stand KF16 Pump Out Port w/Vacuum Valve 2 ea 10 pin electrical feedthroughs 1. Temperature Control Scientific Instruments 9700-1 temperature controller (IEEE/RS232) 2 ea Scientific Instruments 410-NN Calibrated Silicon Diode Temperature Sensors Heater assembly 1. Remote Motor Option 1. Low Vibration Eliminator Option 1. manual and installation tool kit Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. 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 will be made to the Offeror whose quote offers the lowest price, technically acceptable quote. The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act; (ii) Alternate I of 52.225-3; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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 clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses the Line Item; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. All quotes must be received not later than 3:30 PM local time, on August 19, 2005 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Al Petto. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-6321. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will be accepted as long as all required material is received in hard copy by the closing date and time of this solicitation.
- Place of Performance
- Address: 100 Bureau DR, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00862169-W 20050806/050804211807 (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 |