Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
SOLICITATION NOTICE

66 -- High-Vacuum System

Notice Date
3/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1TBAP7045A003
 
Response Due
3/20/2007
 
Archive Date
4/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The 96 Contracting Squadron, 96 CONS/MSCB at Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price contract for a custom computer controlled high-throughput high-vacuum system for use in its in-house Helium Nanodroplet project. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1TBAP7045A003. The North American Industry Classification System (NAICS) code for this acquisition is 339111, with small business standard size of 500 employees. Please identify your business size in your response based upon this standard. This requirement is for the following: A computer controlled, high-throughput, high-vacuum system, complete with a custom vacuum chamber, large diffusion pump, large pneumatic gate valve, roots blower/mechanical fore pump package, and touch screen-based computer control and interlock system. The entire system shall be preassembled onto two frames, tested, automated, and leak checked before delivery. A schematic diagram of the system and all diagrams referenced below are available upon request. Send request for diagrams to Mary Gardner, mary.gardner@eglin.af.mil , 850-882-0338; fax 850-882-1680. The equipment specifications are as follows: 1. Vacuum Specifications: The load on the vacuum system will be helium. The maximum throughput of the system will be 15 Torr*L/sec and the working pressure must not exceed 1x10^-3 Torr at this throughput. The base pressure for the system without a load shall be better than 2 x 10^-7 Torr. The load will be helium flowing into the vacuum chamber through a 5 micron pinhole nozzle at a temperature of 5-25 Kelvin and a stagnation pressure between 5 and 75 bar. The nozzle assembly is not part of this Request for Proposals (RFP). 2. Diffusion Pump: A 20? vapor diffusion pump with a pumping speed of > 20,000 L/sec for helium is required. A pneumatically actuated gate valve shall be installed atop the diffusion pump. This gate valve should contain a side port for roughing out the volume above the gate valve, i.e. the custom chamber. The pump shall be supported by a welded frame with adjustable legs as depicted in Figures 1 and 2, and be tall enough to facilitate the changing of the heater elements in the diffusion pump. The diffusion pump shall include a quick cool feature to reduce the cool down time of the heaters and a back streaming minimization cap. The diffusion pump shall be installed with both thermal and water flow switches. 3. Backing Pump Assembly: A roots blower and mechanical pump is required to back the diffusion pump. The specifications of the backing pump assembly shall be those appropriate for the diffusion pump described in item 4 under the helium load described in item 3. The backing pump assembly shall be mounted on a frame with adjustable feet and vibration damping. A pneumatically driven gate valve shall be installed atop the backing pump assembly to isolate it from the fore line. An oil back streaming filter/trap shall also be included. 4. Custom Vacuum Chamber: A custom stainless steel chamber with four 6-inch CF-type flanges (100% compatible with the 6-inch Varian ConFlat) and four 2 ?-inch CF-type flanges (100% compatible with the 2 3/4-inch Varian ConFlat) is required, as depicted in Figure 3. The chamber shall be nominally 10 inches tall and have the appropriate flanges on the top and bottom to mate with the diffusion pump and gate valve described in item 4. All CF-type flanges shall be welded as close to the central chamber as possible. The inside surfaces of the chamber shall be cleaned and finished in accordance with standard high-vacuum practices. 5. Vacuum Chamber Top Flanges: Two custom flanges are required that mount atop the custom chamber described by item 6. The first flange will be constructed of stainless steel and include three 6-inch CF-type flanges (100% compatible with the 6-inch Varian ConFlat) welded in a line and flush with the top of the flange. A second blank flange is required and is to be machined from of 2? thick acrylic. Both flanges are depicted at the top of Figure 3. 6. Ultra-high Vacuum Gate Valve: A 6-inch ultra-high vacuum compatible, pneumatically actuated gate valve is required and shall be mounted to the custom chamber (item 6) as depicted in Figure 1. The gate valve shall contain a roughing port with access towards the custom chamber. The gate valve shall be fitted with 6-inch CF-type flanges (100% compatible with the 6-inch Varian ConFlat). 7. Fore line and roughing lines: All fore lines and roughing lines shall be included, in accordance with Figures 1, 2, and 4. The main fore line between the backing pumps and the diffusion pump shall be constructed from PVC tubing using appropriate adapter flanges. All other lines shall be constructed of stainless steel. The location of the roughing pumps relative to the diffusion pump has not yet been determined; the PVC tubing shall provide a means to install and adapt the fore line on site. Each fore line and roughing line valve shall be pneumatically actuated. Each line shall be instrumented with convection type (or equivalent) vacuum gauges in accordance with Figures 1 and 4. 8. Vacuum Gauges: In addition to the various convection type (or equivalent) gauges located along the fore and roughing lines, an ion gauge and its associated controller are required for measuring the vacuum in the custom chamber. 9. Computer Control and Interlock System: A complete based computer control system is required for this vacuum assembly. The computer control system shall include a touch-screen interface, user programmability, and the ability to incorporate additional controllable devices or interlock sensors. The control system must be interfaced to every pressure gauge in the system, the water flow sensor and temperature sensors. The control system shall be able to actuate each valve, and turn on/shut off each pump and the water supply to the diffusion pump. The control system shall provide simple one-button programs for routine procedures such as a ?pumping down? and ?venting? the instrument. The controller shall be preprogrammed at the factory to properly handle a variety of failures (roughing vacuum failure, water failure, etc?) and include as a minimum the interlock scenarios listed in Figure 4. Means for bypassing individual interlocks shall be included. A program user?s guide shall be included so that the user may modify or create new control protocols. 10. Misc. Hardware: All hardware and wiring necessary to complete this system shall be provided by the vendor. These include, but are not necessarily limited to, all gaskets/o-rings, mounting hardware (bolts/nuts, clamps), tubing, blank flanges on all unused ports, gauge and sensor wires/cables. 11. Size Constraints: The system must be fit through a 34 inch wide by 82 inch tall doorway. Additionally, the height of the assembled diffusion pump/frame/gate valve/custom chamber shall not exceed 78 inches, as depicted in Figure 2. 12. Power and Water Requirements: Vendor will provide all electronic controllers as well as interconnection and power cables required for operation using either 110 VAC or 220 VAC (single or three phase), 60 Hz power. The power to the pumps shall go through a power distribution device which is programmed by the control system as described in paragraph 11. Vendor will describe in writing the electrical power and water cooling requirements (connections and capacity) once the system design has been finalized. 13. Delivery: Quote shall include the cost for delivery of the system, or shall specify F.O.B. Destination. System must be shipped no later than 18 weeks from the date of contract. 14. New Materials: All parts used in this system (hardware, flanges, plumbing, components, pumps, wires/cables, chambers, controllers, computer, sensors, gauges, frame, etc?) must be new. No recycled, refurbished, or otherwise used parts are permitted in this system. 15. Serviceability and Warranty: Vendor will clearly describe which parts are covered under the standard Warranty, the duration of the standard Warranty. Vendor is invited to propose as an option an extended Warranty plan which will cover all parts, labor, and travel charges for a limited time period. For questions, contact Ms. Mary Gardner by email only, mary.gardner@eglin.af.mil . The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-15 effective 12 February 2007. ? FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; ? FAR 52.204-7, Central Contractor Registration; ? FAR 52.212-1, Instructions to Offerors -?? Commercial Items; ? FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government?s needs); ? FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); ? 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, incorporating the following: ? 52.233-3, Protest After Award; ? 52.233-3, Applicable Law for Breach of Contract Claim; ? 52.203-6, Restricions on Subcontractor Sales to the Government, Alternate I; ? 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; ? 52.219-8, Utilization of Small Business Concerns; ? 52.222-3, Convict Labor; ? 52.222-19 Child Labor - Cooperation With Authorities and Remedies; ? 52.222-21, Prohibition of Segregated Facilities; ? 52.222-26, Equal Opportunity; ? 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans; ? 52.222-36, Affirmative Action for Workers With Disabilities; ? 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; ? 52.222-39, Notification of Emplyee Rights Concetning Payment of Union Dues or Fees; ? 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act; ? 52.225-13, Restrictions on Certain Foreign Purchases; ? 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; ? 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, ATTN: Contracting Officer, 205 West D Ave, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); ? 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; ? 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); ? DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: ? FAR 52.203-3, Gratuities; ? DFARS 252.225-7001- Buy American Act and Balance of Payments Program; ? DFARS 252.232-7003, Electronic Submission of Payment Requests; ? 252.243-7002, Requests for Equitable Adjustment; ? 252.247-7023, Transportation of Supplies by Sea; ? Local Clause H-850, Wide Area Work Flow, which reads as follows: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. (organization POC) 2. (contracting POC) 3. (others, as appropriate) Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (end of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 12:00 noon, Central Time on 20 March 2007. Send all packages to 96 CONS/MSCBB, Attn: Ms. Mary Gardner or SSgt Ken Whelchel, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862; or by facsimile to (850) 882-1680 or email at mary.gardner@eglin.af.mil or ken.whelchel@eglin.af.mil .
 
Place of Performance
Address: Eglin Air Force Base FL
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01249656-W 20070315/070313220548 (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.