SOURCES SOUGHT
66 -- Dilution Refrigerator for TKIDs work
- Notice Date
- 2/27/2024 1:04:55 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- AMD-SS24-25
- Response Due
- 3/13/2024 8:00:00 AM
- Archive Date
- 03/28/2024
- Point of Contact
- Tracy Retterer, Donald Collie
- E-Mail Address
-
Tracy.retterer@nist.gov, donald.collie@nist.gov
(Tracy.retterer@nist.gov, donald.collie@nist.gov)
- Description
- BACKGROUND The Neutron Physics Group (NPG) at NIST is working with the NIST Quantum Sensors Division to develop cryogenic Thermal Kinetic Inductance Detectors (TKIDs) for external charged particle detection, with the goal of installing these detectors on a cold neutron beamline at the NIST Center for Neutron Research (NCNR) for neutron physics experiments. This work requires the NPG to acquire a dry dilution refrigerator for initial prototyping and testing of TKIDs with small radioactive sources. This same dilution refrigerator will later be moved to a neutron beamline for a demonstration experiment.� NIST is seeking information from sources that may be capable of providing a solution that meets or exceeds the following draft minimum specifications: The Contractor shall deliver a quantity of one (1) dilution refrigerator system that meets all requirements listed below, inclusive of FOB Destination delivery, installation, warranty and training, and option line items. �� Line Item 0001: Description: He-3 dilution refrigerator system Quantity:� 1 Technical Specifications Physical The main dilution refrigerator system including the cryostat, support frame, and gas handling system shall fit within a volume smaller than 5000 mm long by 3200 mm wide by 3100 mm high. Maximum total height of support frame shall not exceed 2600 mm The pulse tube compressor shall be able to be remotely located in an adjacent room at a minimum distance of 50� = 15 m. The Government shall provide necessary wall penetrations for this location. The cryostat shall have a sample volume that exceeds 140 mm diameter by 160 mm tall. The cryostat sample volume shall be centered at 47� = 1194 mm above the floor. The dilution refrigerator system shall be of the cryogen-free type that does not utilize liquid helium. A liquid nitrogen trap for maintaining helium purity is acceptable (and preferred). The cryostat vacuum jacket and radiation shields shall each consist of two pieces, with the joint located near or at the 4 K plate. The cryostat vacuum jacket and radiation shields shall be able to be installed or removed by one person. This can be achieved either through lightweight jacket and shields or with a provided counterweight or hoist system. Optical access Shall have a minimum two ports for optical access. Window diameters shall be 30 mm. Blanks will be provided for all optical ports (no windows). Ports shall be located with their center axis at 47� = 1194 mm above the ground Two ports shall be located colinearly, diametrically opposed, i.e., one on either side of the fridge, horizontally through the side, for installation on a neutron beam line. Additional ports at other locations, if part of a standard configuration, are acceptable. Helium The required quantity of Helium-4 gas shall be provided by the contractor. The government will provide the required quantity of Helium-3 gas. Cryogenic Performance The dilution refrigerator shall be able to achieve a base temperature of 35 mK or lower. The dilution refrigerator shall have a cooling power which exceeds 200 micro-Watts at a temperature of 100 mK. The duration required to cool to base temperature shall not exceed 24 hours. The duration required to warm the system up to room temperature shall not exceed 24 hours. This requirement can be achieved through intrinsic properties or with the assistance of a controlled heater system. Temperature Controller and Thermometry A multi-channel resistive temperature controller shall be provided. The number of temperature controller channels shall be sufficient to measure the temperature at all physical stages of the cryostat plus a minimum of 3 additional channels for user applications. Suitable resistive thermometers shall be provided for each stage. The temperature controller shall have the ability to apply power in manual mode. The temperature controller shall have the ability to apply power in closed loop PID mode. The temperature controller shall allow external computer control. Gas Handling System A gas handling system shall be provided. The gas handling system shall control the condensation and circulation of helium-3. The gas handling system shall be able to be operated manually or by computer control. The gas handling system shall include the capability to evacuate the vacuum jacket of the cryostat to a level sufficient for cooldown. The vacuum jacket shall also be able to be backfilled for warm-up. Automation The dilution refrigerator system shall have the ability to be controlled with either vendor supplied, or user-defined automated procedures. Automated procedures for cool-down and warm-up shall be provided. Coaxial Wiring A minimum of six RF/microwave coaxial lines shall be provided. The coaxial cables shall be of the semi-rigid type, with the following specifications: Between room temperature and the 4 K stage: All lines (6 minimum) shall be: 2.19 mm (UT85) diameter Silver plated CuNi-CuNi Between the 4 K stage and the mixing chamber: Three lines (minimum) shall be: 2.19 mm (UT85) diameter Silver plated CuNi-CuNi Three lines (minimum) shall be: 2.19 mm (UT85) diameter NbTi-NbTi The coaxial cables shall be installed in such a way as to allow for user installed amplifiers/electronics at the 4 K stage. The coaxial cables shall be heat-sunk at appropriate stages. The coaxial cables shall have SMA connectors throughout Hermetic feedthrough SMA connectors shall be used at room temperature. Twisted Pair Wiring A quantity of 36 twisted pairs (72 total wires) shall be supplied for DC signals. The twisted pairs shall be installed as follows: One set of 12 twisted pairs (24 wires) shall be installed from room temperature to the 4 K plate. Two sets of 12 twisted pairs (48 total wires) shall be installed from room temperature to the mixing chamber. Wiring shall be phosphor bronze size 36 AWG. Wires shall be heat sunk at appropriate stages to minimize heat loading. Hermetic feedthrough connectors shall be used at room temperature. Wiring shall be connectorized at the 4 K plate or the mixing chamber, respectively. The contractor shall provide mating connectors. Available Port(s) In addition to ports used for above wiring and other uses, there shall be at a minimum one available port for future user applications. The available port(s) shall be KF-40/equivalent or larger. Vibration Isolation The standard configuration for the system support frame and pulse tube motor isolation is acceptable. Stronger consideration will be given to additional vibration isolation options that reduce the typical summed (x+y+z) RMS vibration levels to <60 micrometers, if not already achieved in the standard configuration HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORRMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response:� Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact specialist listed at the bottom of this notice as soon as possible, and preferably before the closing date and time of this notice. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Identify laboratory equipment that your company sells that is of the nature addressed in the BACKGROUND section of this notice.� Include brand name, make, model, and/or other distinguishing information. State if your company is the manufacturer of the identified equipment or is a retailer or wholesaler that normally sells the identified equipment.� If the latter, indicate whether the manufacturer authorized in writing for your company to sell the identified equipment on behalf of the manufacturer. Describe performance capabilities and relevant or beneficial physical and functional features for any equipment you identified to satisfy the NIST-identified minimum specifications described in this notice. Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section above that could be viewed as unduly restrictive or contain unnecessary barriers that adversely affect your ability to fully participate and indicate why. �In such a scenario, please offer suggestions for how the market research notice and draft minimum specifications could be made more inclusive and competitive. Discuss whether the equipment that your company sells and which you describe in your response to this notice may be customized to specifications and indicate any limits to customization. For the NAICS code listed in this notice: Indicate whether your company is (a) a small business or (b) other than small business.� See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement.� Describe services that are available with the purchase of the aforementioned equipment from your company such as installation, training, and equipment maintenance. Describe standard terms and conditions of sale offered by your company for the aforementioned equipment such as: delivery time after your company accepts the order; FOB shipping terms: manufacturer warranty (including details regarding nature and duration); if available, description(s) of available extended warranty; equipment setup and test; operator and service instruction manual(s); cleanup after installation; and if applicable, other offered services.� Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified equipment, if available. State whether your company offers facility renovation services related to installation of the aforementioned equipment at its delivery destination, if required per the NIST-identified minimum specifications, and provide description of services. �Indicate if your company performs the facility renovation services or typically subcontracts the work to another company. �Indicate if your company would be interested inspecting the intended installation site during the market research phase. State published price, discount or rebate arrangements for aforementioned equipment and/or provide link to access company�s published prices for equipment and services.� State whether the aforementioned equipment is manufactured in the United States and, if not, state the name of the country where the equipment is manufactured. Identify any plans/possibilities for changes in manufacturing location of the aforementioned equipment and provide relevant details. If the aforementioned equipment and related services are available for purchase on any existing Federal Supply Schedule contract(s) or other contracts against which NIST may be able place orders, identify the contract number(s) and other relevant information. Identify any customers in the public or private sectors in which you provided the aforementioned or similar equipment.� Include customer(s) information: company name, phone number, point of contact, email address. Provide any other information that you believe would be valuable for NIST to know as part of its market research for this requirement. State if you require NIST to provide additional information to improve your understanding of the government�s requirement and/or would like to meet with NIST representatives to discuss the requirement and the capabilities of the identified equipment. QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice.� Questions should be submitted so that they are received by 11:00 a.m. Eastern Time on March 7, 2024.� Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. IMPORTANT NOTES The information received in response to this notice will be reviewed and considered so that NIST may appropriately solicit for its requirements in the near future.� This notice should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract. � Responses will not be considered as proposals or quotations. No award will be made as a result of this notice. � NIST is not responsible for any costs incurred by the respondents to this notice. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and appropriate. Thank you for taking the time to submit a response to this request!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc7f00ef616d459ab1bd8234f8bd73e0/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN06978921-F 20240229/240227230053 (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 |