Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

66 -- Cryogenic Probe Station with Vertical Magnet Field

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NB620000-7-06419
 
Response Due
8/16/2007
 
Archive Date
8/31/2007
 
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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 750 employees. This requirement is 100% small set-aside for small business. The non-manufacturer rule applies to this procurement. Therefore, both the seller and the manufacturer of the quoted system are required to be small businesses under the NAICS code identified above. *** ***The National Institute of Standards and Technology is seeking to purchase One Cryogenic Probe Station with a Vertical Magnet Field.*** BACKGROUND The cryogenic probe station enables high-throughput electrical testing of various devices. Specifically, according to the Center for Nanoscale Science and Technology?s mission, it will be used for testing novel nanodevices. Nanoscale devices can be extremely sensitive to particular configurations of a small number of atoms, impurities etc. The probe station is the only solution to enable acquisition of statistically significant datasets on many devices within an acceptable time frame. The electrical characterization within a broad temperature range from 4.2 to 400 K is necessary to determine the conductance mechanisms and to extract the information about the energy levels in the devices. One of the probe arms is required to be upgraded to guide light to the sample area to perform photo-conductance and photovoltaics characterization. The magnet built into the probe station provides a vertical magnetic field up to 2.5 T. This newest option recently appearing on the market significantly expands the versatility of the system. The probe station can be used now for high-throughput Hall and magneto-transport measurements to obtain the information about the mobility and the electron density in thin-film samples. Particularly relevant to the Center mission is the magneto-transport characterization and optimization of the growth parameters of the ultra-thin (single monolayer or a few monolayers) graphene samples. FUNCTION OF EQUIPMENT Vacuum probe station operation in 4.2-400 K temperature range with 6 probe arms and 2.5 T vertical magnet field with fast sample turn-around times (<3hr). The minimal requirement is 6 arms: 4 arms are needed for magneto-transport measurement, one probe arm is to be modified for fiber optics to transmit or receive light or IR/UV radiation, and an additional arm to enable further experimental flexibility. one arm is an ?extra? as the measurement probes can be easily damaged during the experiment. ****All interested Vendor?s may provide a quote for the following: Line Item 0001: Quantity One (1) Cryogenic Probe Station with a Vertical Magnet Field, which shall meet or exceed the following minimum specifications: a) Vacuum probe station operation in 4.2-400 K temperature range with 6 probe arms and 2.5 T vertical magnet field with fast sample turn-around times (<3hr). b) 6 probe arms with thermal radiation shields, stainless steel welded bellows, and feed-through ports with electrical cables wired to triax feed-through connectors. c) Non-magnetic probe mounts and hardware. d) 6 probe arm mounts. e) 6 probes hard (tungsten) 10 micrometer diameter tips. f) 6 probes soft (copper/beryllium) 10 micrometer diameter tips. g) 6 probes 10 micrometer diameter tips of intermediate hardness. h) One probe arm includes a temperature sensor installed and wired to an electrical connector. i) One probe arm modified for fiber optics to transmit or receive light or IR/UV radiation. j) Cold head stage heater and thermometer. k) Cooled radiation shield and cooled IR-absorbing window above the sample with heaters and censors. l) Vacuum chamber with 25.4 cm diameter sample space with removable top lid and viewport. m) Triaxial sample holder for up to 51 mm diameter samples with cable and cable feed-through. n) 25 kOe (2.5 T), vertical field superconducting magnet with magnet power supply. o) Magnet stage with calibrated temperature sensor and stage heater. p) Power supply for independent regulation of cold head stage, magnet stage, radiation shields and probe arm temperature monitoring. q) Vibration isolation table and six XYZ precision micro-manipulated probing stages. r) Table-top vibration isolation system. s) High efficiency helium transfer line with valve for precise flow regulation. t) Zoom microscope for 3 micrometer resolution with color CCD camera and high-resolution video monitor. u) Ring-lit sample illumination via fiber optic from adjustable light source and power supply. v) Turbo-pumping station with vibration isolation in the pumping line. w) Liquid nitrogen dewar with gauges and adaptors to allow LN2 use with the LHe transfer line. ***Delivery shall be provided not later than 120 Days after receipt of an order. Delivery shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment (by clean-room equipment standard) in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. *** Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, shall be more important than price. If Technical Capability, Past Performance, and Past Experience are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. Past Experience: The Contractor shall describe their past experience performing similar work, explain how their experience is relevant to this project and how their experience will ensure successful completion of the project. Past Performance, Past Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor?s Registration (CCR) Database; 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (5) 52.219-6, Notice of Small Business Set-Aside (JUNE 2003); (7) 52.219-8, Utilization of Small Business Concerns; (15) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52-222-26, Equal Opportunity; (19) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (21) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (22) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); (23) 52.225-1, Buy American Act ? Supplies (JUNE 2003); (27) 52.225-13 Restriction on Certain Foreign Purchases; (32) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty, 1 year extended warranty, and service options; 4) An original and one (1) copy of the most recent published price list(s), 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address, 6) A description of relevant past experience, and 7) All required test data. ***All quotes shall be received not later than 3:00 PM local time, on August 20, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joan Smith. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist ? joan.smith@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: National Institute of Standards and Technology, Gaithersburg, Maryland
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01359933-W 20070804/070802220458 (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.