SOLICITATION NOTICE
66 -- Resonant Switch - Schematic
- Notice Date
- 5/19/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB686020-14-02747
- Archive Date
- 6/14/2014
- Point of Contact
- Jason Wells, Phone: 3034973764, T. Marks, Phone: 3034977763
- E-Mail Address
-
jason.wells@nist.gov, tiffany.marks@nist.gov
(jason.wells@nist.gov, tiffany.marks@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- schematic This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) This solicitation, NB686020-14-02747 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70. (iv) This solicitation is a 100% small business set-aside. NAICS Code is 334516, Small business size standard is 500 employees. (v) This combined synopsis/solicitation is for the following commercial item(s): 0001: Resonant switch design/assembly. (vi) Description of requirements for the items to be acquired: Vendor must design and assemble a resonant switch (concept described in Matter et. al. IEEE Trans. Med. Imag., Vol. 25, No. 1, Jan. 2006), to accelerate the ramp-up and ramp-down of 200 A of current through a 27 mH electromagnet. (01) The circuit must include the design shown in the attached schematic, with capacitor bank, high-power diodes, and IGBT switches. It must be able to control 200 A of current through a 27 mH, 0.5 ohm coil, ramping up in tru(0%-90%) < 20 ms and ramping down in trd(99%-0.5%) < 15 ms. Must Include: • Carefully chosen components, with robust circuit protection features such as RC-snubbers, diodes, buffers, and filters, to allow continuous unattended operation over a period of days. • Optically-isolated control of the switch state. Must accept both manual control from the front-panel and electrical control from 5 V TTL lines for: ramp-up, ramp-down, and capacitor discharge. • Front panel with state indicator LEDs, ammeter and voltmeter displays, and a buffered, optically isolated current monitor. • Safe shutdown features that can be triggered by internal or external interlocks. User must be able to interrupt operation at any point and dump capacitor charge. Interlocks monitoring cooling water flow, cooling water temperature, and magnet relays must be able to interrupt operation without user intervention. • Safe enclosure of high-voltage (~1 kV) components. • High-current, low stray-inductance bus bar wiring. Stray inductance must be less than 100 uH. • Forced-air cooling of high-power components. The circuit must be able to run continuously with a 50% duty cycle at 1 Hz at an ambient temperature of 25 C. Deliverables: 1. Prototype design review. 2. Critical design review at NIST. Successful completion will release vendor to purchase components and assemble device. 3. Complete, assembled system. Since the power supply and water-cooled magnet are not commonly available items, final testing will occur at NIST. 1. Acceptance criterion is that the device must run 8 hours a day for 3 days; then 24 hours unattended, at 100 V, 200 A with <15 ms turn-off times. 2. Must demonstrate safe turn-off with the trip of any interlock and a safe dump of capacitor charge with discharge switch. (vii) FOB Destination for delivery to 325 Broadway, Boulder, CO 80305 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Responses to this solicitation must include proof of responder's ability to design and build this system as described, including demonstrated experience with high-power pulsed-current electronics (e.g. drawings, photos, or schematics of comparable systems and contact information for customers who can verify performance of those systems.) All offers must include shipping FOB Destination. (ix) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability (capability of the item offered to meet the agency need), price and past performance. Technical capability will be evaluated by how well the proposed products meet the Government requirement as stated in Paragraph (vi). Technical and past performance when combined are significantly more important than price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. (x) The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are b(12)(ii), b(26), b(27), b(28), b(29), b(31), b(38), b(40)(iii), b(42), b(48). (xiii) The following clauses are also applicable to this acquisition: CAR 1352.209-73, CAR 1352.209-74, CAR 1352.246-70 (Place of acceptance will be the address at Para (vii)). The full text of these clauses is available at http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm (xiv) Defense Priorities and Allocations System (DPAS) ratings do not apply to this acquisition. (xv) Quotes are required to be received no later than 11:00 am Mountain Daylight Time, Friday, May 30, 2014 and must include the following: Company name, address, phone numbers, DUNS number and itemized quote. Quotes shall be delivered via email to Jason.wells@nist.gov. (xvi) Please direct any questions regarding this solicitation to J. Wells at jason.wells@nist.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB686020-14-02747/listing.html)
- Place of Performance
- Address: 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03370321-W 20140521/140519234839-cd94e25a7fb742a114dc146461effef7 (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 |