SOLICITATION NOTICE
66 -- INSTRUMENTS AND LABORATORY EQUIPMENT
- Notice Date
- 2/27/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-02-R-MM04
- Response Due
- 3/15/2002
- Archive Date
- 3/30/2002
- Point of Contact
- Marita Thompson, Contract Specialist, Phone 202-767-0666, Fax 202-767-6197, - Carol Parnell, Contracting Officer, Phone 202-767-2372, Fax 202-767-6197,
- E-Mail Address
-
thompson@contracts.nrl.navy.mil, parnell@contracts.nrl.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation, N00173-02-R-MM04, is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #01-04, DCN #2001-1206, and NAPS as of 21 Dec 2001. This RFP is being issued under full and open competition. The associated NAICS code 334513 with a small business size standard of 500. NRL has a requirement for Contract Line Item(s) CLIN as follows: CLIN 0001- The Contractor shall provide; quantity: one (1), unit: EA, dilution refrigerator system 126-TOF in accordance with the following specification. The contractor shall provide one (1) dilution refrigerator insert, gas handling system, Helium-3/Helium-4 mixture, and temperature control with 100 microwatts, or more, of cooling power at 100 millikelvin (equivalently, 150 microwatts at 120 millikelvin), and a base temperature of 15 millikelvin, or lower. The Insert must be complete with inner vacuum can, radiation shield, pumping lines, dilution unit, experimental wiring, and top flange. The wiring needs to be 48 (or more) wires in twisted pairs, with 24 (or more) wires free for experimental use, that extend to the mixing chamber stage. The Insert must have thermometers at 1K pot, and mixing chamber, each supplied with standard calibrations and heaters at still and mixing chamber stages. Top flange must be able to connect to a dewar, must have connections for Inner Vacuum Can evacuation, bath space exhaust, 1K pot pumping line, still pumping line, Helium-3 return, aforementioned wiring, and it must have mechanical attachment for lifting insert. Insert must have two (or more) empty lines that extend from top flange to inner vacuum can space (Note: the dewar is not part of this request, and will be requested separately. However, specifications for the appropriate dewar must be included.) The Insert must be able to accommodate liquid helium level probe (Note: Level probe and meter are not part of this request). The Insert (including vacuum can) must be able to accommodate future inclusion of a super conducting magnet providing at least 5 tesla to a sample space region at least 1.5 inches in diameter (Note: Magnet, magnet support , and magnet power supply are not a part of this request). The Gas handling system must include vacuum pumps for 1K pot and helium mixture circulation, storage for helium mixture, liquid nitrogen trap with dewar, valves and all vacuum plumbing required for dilution refrigerator operation. Helium-3/Helium-4 mixture, optimized for the insert and gas handling system, and sufficient for reaching the specified base temperature, must be included. Temperature control must provide temperature measurement of mixing chamber stage between room temperature and crostate base temperature, and a PID control loop and power supply for mixing chamber and still heaters must be included. Must be able to read temperature measurement and set temperature set point with IEEE-488 computer interface. (Note: this must be possible without using Labview.) The System must be designed to fit in a space with a floor-to-ceiling distance of 154 inches (3.9 meters). All electronics (except pumps) must be wired for US 120V power. If pumps require other electrical service, contractor must state the additional requirements in their proposal. Delivery and acceptance is at NRL, 4555 Overlook Ave., SW, Washington, DC 20375, FOB Destination. Delivery shall be no later than 12 months from date of contract award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The provision at FAR 52.212-2, Evaluation -Commercial Items is incorporated and the Government intends to award a contract resulting from this solicitation to that responsible offeror conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (1) technical capability of the item offered to meet NRL's need (2) price and (3) past performance. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are available electronically in full text at: http://heron.nrl.navy.mil/contracts/reps&certs.htm . The clause at FAR 52.212-4, Contract Terms and Conditions ---Commercial Items and FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition: FAR 52.203-6, FAR 52.219-4, FAR 52.219-8, FAR 52.222-21, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.225-13, 52.225-15, FAR 52.232-33 and FAR 52.247-64. The DFARs clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable. The additional DFARs clauses cited in the clause are applicable: DFARS 252.225-7012 and DFARS 252.225-7036. The following additional FAR clauses apply: 52.203-8 and 52.203-10. The following additional DFARs clauses apply: 252.204-7004, 252.232-7009. Any resultant contract awarded will be a DO rated order under the Defense Priorities and Allocations Systems (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before closing date of the proposal. An original and two (2) copies of the Offeror's proposal shall be delivered to Contracting Officer, Code 3230.MM, Bldg 222, Rm 115, Naval Research Laboratory, 4555 Overlook Avenue, S.W., Washington, DC 20375-5326 and received on or before 4:00PM, local time, on March 15, 2002. The package should be marked with the solicitation number and the due date and time.
- Place of Performance
- Address: NRL WASHINGTON DC
- Record
- SN00031917-W 20020301/020227213325 (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 |