Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOLICITATION NOTICE

66 -- 10 Tesla Cryogen-Free Split Pair Room Temperature Bore Superconduting Magnet

Notice Date
6/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
SB1341-05-Q-0569
 
Response Due
7/1/2005
 
Archive Date
7/16/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 number is SB1341-05-Q-0569. The solicitation is issued as a request for quotation (RFQ). The acquisition will be made pursuant to FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. This solicitation is being conducted on an unrestricted competitive basis. The NAICS code for this solicitation is 339111, and the small business size standard for that NAICS code is 500 or fewer employees. The list of contract line item number(s) and items, quantities and units of measure are as follows: Item No. 0001, 10 Tesla Cryogen-free split pair, room temperature bore superconducting magnet; Quantity: 1; Unit: Each. The magnet will be used in our user facility therefore its operation must be reliable, simple, and as flexible as reasonably possible. For these reasons, the magnet must be a room temperature bore, cryogen-free symmetric split-coil superconducting magnet system that has a maximum field capability of 10 Tesla. It must also include a superconducting magnet power supply. Specific Tasks Design, build, deliver and install a magnet system, to include training, with the following specifications: Facility Requirements Power available: 30 Amp 208V 3-phase, 30 Amp 220 V 1-phase, 20 Amp 220 V 1-phase System size and transport: The system must be able to be transported through doorways that are 83 inches tall and 33 inches wide. Three lifting lugs must be supplied on the magnet top plate for hoist transport. It must be possible to hoist the magnet with approximately 4 foot long lifting cables without interference with any of the magnet components, including the compressor coldhead and hoses and the top plate user interface specified below. Chilled water: Because the system is portable it should run without chilled water and the compressor should be air-cooled. Cable and hose connection lengths: Minimum length for connecting hoses and cables between the magnet and associated power supply and compressor is 12 feet. Design Constraints: PLEASE REQUEST VIA EMAIL TO drincon@nist.gov BY JUNE 21, 2005. Forces on the magnet: The magnet must be able to run at rated maximum field with 35 lbs. of lateral force and 600 lbs. of axial force due to magnetic materials in the external environment. Base plate adapter flange: The adapter flange must connect the magnet cryostat to both a Huber 5204.2 (230 mm bolt square or 325.3 mm diameter) and a Huber 5203.2 (154 mm bolt square or 217.8 mm diameter) by providing clearance holes for ? inch bolts (this will also allow M6 bolts). The bolt connection to the magnet cryostat itself can be from below with blind tapped holes in the base of the magnet cryostat. In order to make the adapter flange thinner the bolt heads used to attach the adapter flange to the Huber goniometer can be recessed in counter bored holes in the base of the magnet cryostat. Since it must be possible to evacuate the warm bore there must be a removable vacuum seal at the bottom of the warm bore. This could be accomplished by cutting an O-ring groove into the cryostat base and adding a blind tapped bolt circle so that a cap can be bolted over the warm bore opening. A central hole would have to be cut in the adapter flange to accommodate this cap. Another possibility is to provide a sliding O-ring seal along the warm bore. Top plate user interface (see diagram ? PLEASE REQUEST VIA EMAIL TO drincon@nist.gov BY JUNE 21, 2005): The upper warm bore flange is to be a flush mount aluminum ring of approximate diameter P=225 mm, with an O-ring groove for a 1/8 inch O-ring for sealing in the case of evacuation of the warm bore. The approximate inside diameter of this O-ring groove is to be 193 mm. Outside the O-ring diameter there is to be a bolt circle on an approximately 210 mm diameter which serves to attach the warm bore flange to the top plate. There are to be two blind tapped bolt circles on the top plate for mounting sample environment equipment. One of these bolt circles is for 12xM6 bolts with a diameter of 400 mm and offset from the warm bore axis by 73.2 mm. The second bolt circle is for 8xM6 bolts on a diameter of 282.8 mm centered on the warm bore axis so that two of the bolt holes near the cold head can be shared between the two bolt circles. The top plate must be able to support at least 80 kg of sample environment equipment. On the top plate interface drawing below we have marked a position for the magnet cold head unit using the approximate dimensions of a SHI (Sumitomo Heavy Industries) SRDK-415 cold head. This cold head is used for illustrative purposes only. We do not imply that this cold head is required or best-suited for this purpose. In this drawing the circle has the diameter of the vacuum flange of this cold head and the two rectangles mark the position of the helium gas line bulkhead and the helium gas lines themselves. By mounting the cold head in the rotated position as shown and providing elbow fittings to redirect the helium lines to vertical it should be possible to keep everything inside the top flange diameter. System weight: Minimize system weight where possible. Azimuthal beam path access (w): 300 degrees minimum. That is, cabling and other non-symmetric components between the magnet coils shall be concentrated in an azimuthal section no larger than 60 degrees, and the position of this dark angle shall be marked on the exterior of the magnet cryostat. Tilt angle: The system must operate at tilt angles from vertical of at least +-8 degrees. Beam path: The beam path in and out of the cryostat must only impinge on aluminum alloys including the outside vacuum wall and the warm bore wall. It must have the minimum total thickness of aluminum alloy required to support the magnet split at the given azimuthal beam access, and providing sufficient heat shielding. The total aluminum alloy thickness in the beam path diameter (MABP = minimal aluminum beam path) is limited to 37 mm or below. Alloy content is to be specified in the proposal so that it can be reviewed for compatibility with neutron transmission. In addition, the outward facing area of the magnet casing within 1 cm of the split should be protected from our incident neutron beams by covering primary exposed material with thin cadmium sheet (at least 0.2 mm thick) or Li-6 impregnated flexible plastic that we provide (1/8 inch thick). If possible the areas of the magnet casing facing the split (facing up and down) should also be covered with cadmium. We realize that this secondary area is filled with the support rings between the split coils, but would like to know if there is a possibility of adding this neutron shielding. Any neutron shielding must be rigidly fixed in place so that it can not possibly move. Cool down time: from room temperature to operation: 60 hours maximum cryogen free. after a magnet quench: 12 hours maximum cryogen free. Power supply: The system must include a bipolar power supply which can ramp the magnet to 80% of maximum field in under 20 minutes and ramp the magnet to 100% of maximum field in under 35 minutes. The output stability after warm up for standard conditions (8 hours operation, or 1 degree C ambient temperature change, or source power voltage changes within rated line voltage) must be at least as good as 0.01% of full scale for both amperage and voltage. The digital programming resolution for current must be at least as good as 0.01 Amperes, and digital programming accuracy must be at least as good as 0.1% of full scale. The power supply must have computer communications via RS-232. Cables to the magnet shall be at least 12 feet long. System connections: All system connections and cabling to the magnet, including helium compressor hoses must proceed in a vertical direction from the top plate. Reporting and Deliverables 1. Design review at 60% completion. The purpose of the design review is to check for compliance with specifications and to avoid unforeseen complications. Acceptance does not imply a decision by the government that the proposed design will work. All responsibility for design and product to meet specifications rests on the vendor. System drawings that convey the design will become the property of the government, but the government does not ask for design rights. 2. Design review at 100% completion. The purpose of the design review is to check for compliance with specifications and to avoid unforeseen complications. Acceptance does not imply a decision by the government that the proposed design will work. All responsibility for design and product to meet specifications rests on the vendor. System drawings that convey the design will become the property of the government, but the government does not ask for design rights. 3. Delivery and Installation of system 4. Training. Training must provide a complete overview of the systems, including functions, operation and basic troubleshooting. Deliverable Due Dates/Period of Performance 1. 60% Design completion shall occur within 3 months of contract award. Contract award is anticipated before July 29, 2005. 2. 100% Design completion shall occur within 6 months of contract award. Contract award is anticipated before July 29, 2005. 3. The magnet system shall be delivered and installed within 12 months of contract award. Contract award is anticipated before July 29, 2005. 4. Training shall occur upon acceptable installation. Delivery Delivery terms shall be FOB Destination. FOB Destination means that the vendor shall be responsible for any loss and/or damage to the goods occurring before receipt, inspection, and acceptance at the delivery point. The delivery point is NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. The Vendor shall identify any Government required property or assistance required during Contractor installation. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. A firm-fixed price purchase order shall be awarded to the vendor whose quotation, conforming to the solicitation, is determined to be most advantageous to the Government. The Government will determine best value on the basis of the following evaluation factors: (1) Technical Capability factor ?Meeting or Exceeding the Requirement,? (2) Past Experience, (3) Past Performance, and (4) Price. (1) Evaluation of Technical Capability shall be based on the evidence in the quotation of the contractor's understanding of the requirement and the specifications of the offered product. Quotations shall include a description of the instrument, user's manual, terms of warranty, installation, and on-site training. Contractors must include sufficient documentation or product literature to CLEARLY DOCUMENT that the offered product meets or exceeds the specifications. (2) Past Experience will be evaluated to determine the vendor?s experience in providing comparable instruments and performing similar system integration. The Contractor shall describe, as a minimum, two similar requirements that were successfully completed during the last four years. (3) Past Performance: Past Performance will be evaluated only for instruments offered that meet the Government?s required technical capability and specifications. Past Performance will be evaluated to determine the overall quality of the product and services provided by the Contractor, including successful integration. Evaluation of Past Performance shall be based on information obtained from the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST or its affiliates. Vendors shall provide a list of three (3) references to whom the same or similar products have been sold within the last three years. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization, telephone number and email address of the reference contact person, the contract number (if applicable), amount of the contract, and the address and telephone number or Email address of the Contracting Officer. (4) Price: Price offered shall be firm-fixed price. Price shall include a description of the instrument, technical information, installation, and on-site training. Provide sufficient information to determine price reasonableness, e.g., list price and any applied discounts. Note, if the beam height to mounting surface distance can be made to be 152 mm it will save NIST the cost of separately purchasing a Huber 5203.2 or equivalent goniometer (approximately $25,000) as well as the inconvenience of swapping goniometers for each experiment. The required goniometer is not part of this solicitation, but if a 170 mm beam height to mounting surface distance is part of the offeror?s proposal then the government cost of procuring one will be added to the offeror?s price proposal for evaluation purposes. Past Experience, Past Performance, and Price shall be evaluated only for quotations determined to be technically acceptable in accordance with the technical capability factor. The combined factors of Technical Capability, Past Experience, and Past Performance are more important than price. Although the Technical Capability, Past Experience, and Past Performance factors will be of greater weight for evaluation purposes, offerors are cautioned not to minimize the importance of the price proposal since award will be made to the offeror whose overall price is most advantageous to the Government after evaluation of all factors. FAR 52.204-7, Central Contractor Registration applies to this RFQ. To be eligible for award, vendors must be registered in the Central Contractor Registry. Information on the CCR may be obtained at http://www.ccr.gov. A DUNS number is required to register. To procure a DUNS number, please call Dun & Bradstreet, Inc., at 1-866-705-5711 or 610-882-7000. There is no cost to obtain a DUNS number. It is mandatory that all vendors complete the on-line provision 52.212-3, Offeror Representations and Certifications-Commercial Items located at the website, http://orca.bpn.gov/. Online Representations and Certifications Application (ORCA) is an e-Government initiative that has been developed to replace most of the paper based Representations and Certifications (Reps and Certs) process. It is requirement for all solicitations that require CCR registration. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, including subparagraphs: (14) 52.212-3 Convict Labor; (15) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.225-5, Trade Agreements; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (May 1999)(31 U.S.C. 3332); the full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. QUESTIONS REGARDING THIS SOLICITATION MUST BE SENT BY EMAIL ONLY TO drincon@nist.gov AND MUST BE RECEIVED AT THAT EMAIL ADDRESS NO LATER THAN TUESDAY, JUNE 23, 2005. *** Any amendments to this solicitation will be posted at www.fedbizopps.gov only and will not be released by other means to potential offerors. *** All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Two (2) copies of the technical description and/or product literature including description of commercial warranty; 3) Two (2) copies of Past Performance References List; 4) Two (2) copies of the most recent published price list(s). Quotations shall remain valid for 60 days. All quotations shall be mailed to the National Institute of Standards and Technology, Acquisition and Logistics Division, ATTN: Deborah Rincon, Mail Stop 1640, Gaithersburg, MD 20899-1640. Submissions must be received by 4:00 p.m. EST on June 27, 2005. Because of heightened security, Fed-Ex, UPS or similar delivery methods are preferred method of delivery of proposals. FAXED, EMAILED AND HAND DELIVERED QUOTATIONS WILL NOT BE ACCEPTED.
 
Record
SN00830996-W 20050618/050616211821 (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.