SOURCES SOUGHT
99 -- turnkey Helium gas analyzers
- Notice Date
- 4/27/2020 1:07:16 PM
- Notice Type
- Sources Sought
- NAICS
- 333914
— Measuring, Dispensing, and Other Pumping Equipment Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- AMD-SS20-18
- Response Due
- 5/11/2020 2:00:00 PM
- Archive Date
- 05/26/2020
- Point of Contact
- Forest Crumpler, Phone: 3019756753
- E-Mail Address
-
forest.crumpler@nist.gov
(forest.crumpler@nist.gov)
- Description
- DESCRIPTION The National Institute of Standards and Technology (NIST) seeks information on commercial vendors that can provide turnkey Helium gas analyzers to be integrated into a newly constructed building-wide helium recovery system.� This shall include all gas analyzer instruments, installation, calibration, software setup and user training.� ��After results of this market research are obtained, NIST may conduct a competitive procurement. � NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 333914, as those domestic sources having 750 employees or less. Please include your company's size classification and socioeconomic status in any response to this notice. GENERAL REQUIREMENTS The system will consist of 3 levels of helium purity analysis configured for continuous monitoring with programmable alarm thresholds and analog outputs for automated alarm responses.� The system software shall be designed to provide a composite view of all analyzer data and input controls to facilitate overall system monitoring and diagnostics from a central location in Building 218. The vendor will provide system software setup and user training. STATEMENT OF WORK The recovery System collects evaporated helium from 14+ locations within a 3700 square meter (40,000 sq. ft.) area networking conduits/pathways, 120V electrical power and mounting hardware will be provided by NIST.� The vendor shall provide materials and installation of all data/communication cables, signal converters and switches etc. required for an independent network.� The network shall interface with a User Graphical Interface and Dashboard Software residing on central computer. The data shall be accessible from a Web browser when the central computer is connected to NIST�s secure IT backbone. REQUIREMENTS FOR HELIUM GAS ANALYZERS Required for All analyzers: Levels 1, 2 &3 Sample pressure: < 70 mB (or integrated pump) Bypass mode gas flow Programmable alarms with a minimum of 2 relay outputs (120 V, 5 A) Data outputs: 40-20 mA, digital communications with remote display capability. Panel or rack mountable with 316 stainless steel input/output gas connections. Accuracy: � 1% of full scale Level 1 Analyzers: Binary gas analyzers to monitor helium input at each connection. 14 or more locations 120 V input power Helium concentration measurement range: 0 � 100% � 2% Response time < 60 seconds Alarm relay #1 will drive 3-way 120V solenoid valve Alarm relay #2 will drive a remote 120V pilot light Panel or rack mountable with 316 stainless steel input/output gas connections. � Level 2 Analyzers: Trace air, moisture and hydrocarbon in helium gas recovery trunks 3 locations 120/240 V input power 0 � 10 PPM measurement range Resolution 0. 5 PPM Auto/self-resolving alarms Level 3 Analyzers: high sensitivity gas analyzer prior to helium liquefaction. 1 location 120/240 V input power 0 � 1 PPM measurement range Resolution 10 PPB Auto/self-resolving alarms INSTALLATION REQUIREMENTS The vendor shall be responsible for all engineering, labor, and materials required. All hardware, and connections required for the Helium Gas Analyzers of the system shall be included. A User Graphical Interface and Dashboard Software shall be included. All equipment, connections, and installation procedures shall comply with NAICS CODE:334513, Manufacture Instructions, National Electrical Code and the site standards. Prior to installation the vendor will be required to: Perform a site visit to be eligible to bid on this contract. The site visit can occur during market research or during the posting of the solicitation. Provide NIST a safety plan for the installation within 15 days of contract award which must be approved prior to starting work. Provide NIST an installation plan showing proposed routing, size, means, and methods which must be approved prior to starting work.� ATTACHMENTS Building 218 Helium Recovery Labs, First level Helium Analyzer locations, Service Galley Helium Level 2 Analyzer Locations and Level 3 Helium Analyzer Location Drawings. Companies that manufacture or distribute qualified products are requested to email a detailed report describing their abilities to forest.crumpler@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to forest.crumpler@nist.gov are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6f3d5fb69a14b198db2e5cf1bc1d270/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN05637485-F 20200429/200427230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |