Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOLICITATION NOTICE

66 -- OPTICAL CRYOCOOLER/CRYOSTAT SYSTEM

Notice Date
5/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Administrative Support Center, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB8180504072KAR
 
Response Due
6/17/2005
 
Archive Date
6/20/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (not to exceed $100,000). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quotes (RFQ) number is NB8180504072KAR. The proposed procurement is a Small Business set aside. NAICS Code: 334516. Business Size Standard: 500 Employees. The U.S. Department of Commerce, National Institute of Standards and Technology (NIST) has a requirement to purchase an optical cryocooler/cryostat system. The system is used to make low temperature measurements repeatedly and accurately in order to characterize noise parameters of ultra sensitive amplifiers and detectors. The following specifications are required: 1. Cryocooler system comprising: a. Closed-cycle two-stage refrigerator b. Water-cooled compressor unit c. Cold head mounted in cryostat with minimum 1.5 W cooling capacity at a working temperature of 4.2 K and 45 W cooling capacity at 50 K for vertically mounted head d. All necessary cables, hoses, attachments, gauges, and fittings for turn-key operation (except as noted below) 2. Cryostat system comprising: a. Table-mounted high-vacuum compatible cryostat b. 4.2 inch inside diameter (min.) OFHC sample tube c. Top-loading sample probe with min. 3 electrical access ports d. Helium exchange gas for quick (<5 minutes) sample exchange to/from 4.2 K sample operating point with continuous refrigerator operation e. Load-lock port with all mechanical and electrical fittings and interlocks for rapid sample exchange, including evacuation valve, exchange gas introduction valve, and safety pressure relief f. One clear fused quartz window set to the 4.2 K sample region, min. 0.875? inside diameter inner window g. Optical vacuum shroud with radiation shield h. Gold-plated OFHC adjustable-position sample holder with drilled and tapped grid of sample-mounting holes 3. The entire system to be turn-key operation with the exception of a temperature controller and associated temperature sensors, which are NOT included (NIST will be using an existing controller and sensors). The following provisions and clauses shall apply to this solicitation: A) FAR 52.212-1, Instructions to Offerors-Commercial Items. B) FAR 52.212-2, Evaluation-Commercial Items. 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: delivery date, technical features, and past performance. C) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors must include a completed copy of Offeror Representations and Certifications along with the offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. (j)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (j) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs (b) through (i). D) FAR 52.212-4, Contract Terms and Conditions-Commercial Items. E) FAR 52.212-5, Contract Terms and Conditions required to implement statutes or executive orders-Commercial Items. The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (15 U.S.C. 644); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (E.O. 11755); 52.222-19, Child Labor?Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-1, Buy American Act?Supplies (41 U.S.C. 10a-10d); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332). Written proposals should address all of the required specifications and will be accepted until close of business on June 17, 2005. Agency level protest procedures can be found on web site http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm. FAR Clauses in full text are available at http://www.ARNET.gov/far/. Any questions regarding this notice must be submitted in writing to the attention of Ms. Rima (e-mail preferred). Anticipated award date is June 28, 2005.
 
Place of Performance
Address: 325 BROADWAY, BOULDER, CO
Zip Code: 80305
Country: USA
 
Record
SN00818285-W 20050602/050531211735 (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 |
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.