Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOLICITATION NOTICE

43 -- EDWARDS nEXT 400 TURBO PUMPS - nEXT Turbo Pump/Solicitation Document SF1449

Notice Date
5/2/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 377 MSG/Contracting Division, 377 MSG/Contracting Division, 8500 Gibson SE, BLDG 20202, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
FA940118Q0007
 
Archive Date
6/1/2018
 
Point of Contact
Natasha S.L. Brooks, Phone: 5058530971, Ulrich V. Lichtwardt, Phone: 5058537109
 
E-Mail Address
natasha.brooks@us.af.mil, ulrich.lichtwardt.1@us.af.mil
(natasha.brooks@us.af.mil, ulrich.lichtwardt.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
nEXT Turbo Pump/Solicitation Document SF1449 COMBINED SYNOPSIS/SOLICITATION NOTICE: This is a combined synopsis/solicitation notice for commercial product/services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is attached. Solicitation RFQ FA9401-18-Q-0007 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-95, dated 13 Jan 2018. This requirement is set-aside 100% for Small Business. North American Industry Classification System Code (NAICS) is 3339114 Measuring and Dispensing Pump Manufacturing, with a size standard of 750 employees. All qualified small businesses under this industry are encouraged to submit quotes. DESCRIPTION OF REQUIREMENT: Purchase three (3) nEXT 400D-HQ Hybrid Bearing Compound Turbo-molecular Pumps capable of the exact high vacuum conditions required for experiments conducted in the Plasma Chemistry Lab. The pumps must be field serviceable with purchasable equipment by user to limit potential repair costs and downtime. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation FA9401-18-Q-0007, signed and filled in appropriately as their offer along with any additional information required to be submitted by FAR 52.212-1 Instructions to Offerors Addenda and any additional fill-in provisions. **NOTE** responses to the above solicitation shall be submitted electronically if the capability is there to do so. If not, please contact the personnel below under the Contracting Office Contact Information for additional instructions. FAR 52.212-2 Evaluation Commercial Items, Technical Acceptability, technical evaluation team will evaluate by assigning a rating of "acceptable" or "unacceptable". The Government will evaluate a minimum of three (3) lowest priced offers/proposal for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced offers/proposal until one offer/proposal is technically acceptable, or until all offers/proposal have been evaluated. Only those offers/proposal considered technically acceptable will receive further consideration for award. Once an offer/proposal is deemed acceptable, all technical offers/proposal are considered equal. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i - Technical Acceptability, technical evaluation team will evaluate by assigning a rating of "acceptable" or "unacceptable". The Government will evaluate a minimum of three (3) lowest priced offers for technical acceptability in accordance with the solicitation. If none of the lowest three (3) are technically acceptable, the Government will evaluate the next three (3) lowest priced proposals until one proposal is technically acceptable, or until all offers have been evaluated. Only those proposals considered technically acceptable will receive further consideration for award. Once a proposal is deemed acceptable, all technical proposals are considered equal. Specifications 1) Edwards nEXT 400D-HQ Hybrid Bearing Compound Turbomolecular Pumps, Edwards PN B83200310 These specially modified pumps will be used to achieve the exact high vacuum conditions required for some of the experiments conducted in the Plasma Chemistry lab. Pumps must be designed to reduce the Turbo Pump compression ratio while increasing throughput to allow inlet operation at inlet pressures as high as 8 mtorr with high reliability for sustained operation. The pumps must be field serviceable with purchasable equipment by user to limit potential repair costs and downtime 1) Overall system - a. Must be fully end user serviceable in minimum time without complex tooling or major disassembly i. Field replacement bearing cartridge b. Must be a high throughput hybrid bearing compound turbomolecular pump c. Must be a hybrid bearing: oil lubricated ceramic lower bearing with dry permanent magnetic upper bearing d. Must include a TIC Turbo controller with a 200W power supply, capable of controlling a backing pump, RS232 i. Analog outputs: pump rotational speed, power consumption, pump temperature, controller temperature e. Must contain a vent valve (Edwards TAV5) f. Must contain a water cooling accessory with 10mm (OD) push fit connectors g. Must contain all cabling for turnkey operation h. Programmable Power limit settings: Variable from 50-200W i. Must be pre-set for 160 W maximum power i. Inlet Flange: DN 160 ISO-K with coarse inlet screen j. Outlet Flange: DN 25NW k. Must be able to reach an 8E-3 torr inlet pressure with a backing pressure of 3 torr when operating at full capacity (flow at 140 sccm) l. Vent and Purge ports: 1/8" BSP female m. Pump Speeds i. Nominal: 60000 rpm ii. Standby: Variable from 33000 to 60000 rpm n. Operating attitude: Vertical/upright through Horizontal +/- 2º o. Pump shall operate quietly (less than 45 db) p. Warranty of 1 year factory including parts and labor *Or Equal products must attach specifications for comparison * See Specification Sheet at the end of SF 1449 for additional details 2) Edwards nEXT 400T-SYS-ISO Hybrid Bearing Compound Turbomolecular Pumps, Edwards PN B83300300 These specially modified pumps will be used to achieve the exact high vacuum conditions required for some of the experiments conducted in the Plasma Chemistry lab. The pumps must be field serviceable with purchasable equipment by user to limit potential repair costs and downtime 1) Overall system - a. Must be fully end user serviceable in minimum time without complex tooling or major disassembly i. Field replacement bearing cartridge b. Must be a high throughput hybrid bearing compound turbomolecular pump c. Must be a hybrid bearing: oil lubricated ceramic lower bearing with dry permanent magnetic upper bearing d. Must include a TAG Turbo controller with a 200W power supply, capable of controlling a backing pump, RS232, Analog outputs: pump rotational speed, power consumption, pump temperature, controller temperature e. Must contain a vent valve (Edwards TAV5) f. Must contain a water cooling accessory with 10mm (OD) push fit connectors g. Must contain all cabling for turnkey operation h. Programmable Power limit settings: Variable from 50-200W i. Must be pre-set for 160 W maximum power i. Inlet Flange: DN 160 ISO-K with coarse inlet screen j. Outlet Flange: DN 25NW k. Vent and Purge ports: 1/8" BSP female l. Operating attitude: Any position. m. Pump shall operate quietly (less than 45 db) n. Warranty of 1 year factory including parts and labor ii - Price, order all proposals by total evaluated price from lowest to highest. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) All contractors must be registered in the System for Award Management http://www.sam.gov database prior to any contract award. SITE SURVEY PARTICIPANT NAMES DUE BY: N/A SITE SURVEY DATE, TIME, AND LOCATION: N/A QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent by 15 May 2018 at 1200 Noon MST. A question and answer (Q&A) will be posted approximately 2 days after all questions are in. OFFER DUE DATE AND TIME: 17 May 2018 LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by mail or email to the address below. Natasha S.L. Brooks/Contracting Specialist 377 MSG/Contracting Division 8500 Gibson Blvd, Bldg 20202 Kirtland AFB, New Mexico 87117 Ulrich V. Lichtwardt, SSgt, USAF 377 MSG/Contracting Division 8500 Gibson Blvd, Bldg 20202 Kirtland AFB, NM 87117
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96ac9f02fb78337ca001e561a2889b4f)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN04908167-W 20180504/180502231100-96ac9f02fb78337ca001e561a2889b4f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.