Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

66 -- CLOSED CYCLE CRYOSTAT

Notice Date
5/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
NB8180604061KAR
 
Response Due
6/20/2006
 
Archive Date
6/23/2006
 
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 NB8180604061KAR. The proposed procurement is a Small Business set aside. NAICS Code: 334516. Small Business Size Standard: 500 Employees. The U.S. Department of Commerce, National Institute of Standards and Technology (NIST) has a requirement to purchase a closed cycle cryostat with top loading sample access and sample in vapor cooling. The system shall include the cryostat, the helium compressor to be used with the cryocooler, temperature controller and all necessary hoses and cable to connect these three devices. Customer will provide vacuum pump and exchange gas. The closed cycle cryostat shall meet or exceed the following technical specifications: 1. Operating temperature from 4K to 500K. 2. Vibration at sample of less than 50 nm. 3. Use in magnetic field up to 1 Tesla, all sensors and heaters included. 4. Sample cool down time of less than 20 min. Initial system cool down time should not exceed 2 hours from room temperature to lowest temperature. 5. 2 inch outer diameter sample space which extends from main body of cryostat by 11 inches with sample center located 9 inches from main body. The cryostat must be able to be mounted with this tail section at the bottom so that sample access if from the top. 6. 1.4 inch, or larger, inner diameter (including heat shield) at sample. 7. Hermetic feed through for temperature control. 8. Separate 10 Pin hermetic feed through for electrical measurements with at least 4 leads installed and thermally anchored. 9. Heater on sample holder. 10. Silicon Diode sensor for temperature control over full temperature range. 11. Second silicon diode sensor for sample temperature monitoring 12. 2 separate 1/8 inch feed throughs with o-ring seals for use with customer installed coaxial cable. 13. Temperature controller with IEEE-488 computer interface. Temperature controller should have at least 2 auto tuning control loops and at least a 50W power for the high temperature control loop. The controller must support the diode sensors installed and the heater installed and a cable should be supplied. Technical questions must be submitted in writing to the Contracting Officer by fax or by email. You may submit your quote by email, fax, or by mail. Quotes must be received on or before close of business June 20, 2006. Please include delivery schedule, business size, and Dun and Bradstreet Number. Vendors must also be registered with the Central Contractor Registry (CCR) at www.ccr.gov. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition; FAR 52.212-2, Evaluation ? Commercial Items ? The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered (delivery schedule); 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; FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act?Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration ? all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/. Anticipated award date is June 27, 2006.
 
Place of Performance
Address: 325 BROADWAY, BOULDER, CO
Zip Code: 80305
Country: USA
 
Record
SN01057062-W 20060527/060525220431 (fbodaily.com)
 
Source
FedBizOpps 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.