Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
DOCUMENT

66 -- Continuous Flow Liquid Helium Microscopy Cryostat System - Cryostat System Diagrams

Notice Date
6/18/2008
 
Notice Type
Cryostat System Diagrams
 
NAICS
334516 — Analytical Laboratory Instrument 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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0373
 
Archive Date
7/18/2008
 
Point of Contact
Paula A. Wilkison,, Phone: 301-975-8448, Patrick K Staines,, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
 
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. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***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) 2005-25.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business under the NAICS code identified above. *** *** The National Institute of Standards and Technology is seeking to purchase One (1) Continuous Flow Liquid Helium Microscopy Cryostat System. *** Background: NIST’s Center for Nanoscale Science and Technology requires a continuous-flow, liquid Helium microscopy cryostat mated to a customized vacuum shroud (chamber) to create a low-temperature system for optical spectroscopy applications. The system will be used in conjunction with cryogenic motorized translation stages and user-fabricated optical fiber probes, and shall be fully compatible with both. ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity One (1) Continuous Flow Liquid Helium Microscopy Cryostat System, which shall meet or exceed the following minimum specifications: This system consists of the following components: (1) microscopy cryostat with standard sample mount, radiation shield, and lid, (2) customized vacuum shroud with user-specified feedthroughs, (3) three interchangeable sample space configurations, complete with specified sample mount, surrounding radiation shield, and necessary adapter plates, (4) pump package for creating a high-vacuum environment within the cryostat/vacuum shroud, (5) pump for pumping on the cryostat exhaust line, (6) temperature controller, (7) imaging system, and (8) accessories (including the transfer line). The requirements for each of these components are listed below. 1.Microscopy cryostat a.Continuous flow optical cryostat for microscopy (including imaging and photoluminescence) with sample in vacuum. b.Liquid helium or liquid nitrogen operation c.Temperature range of 4.2 K (or smaller) – 300 K (or higher) d.Temperature stability with controller < 50 mK e.Nominal vibration amplitude +/-20 nm or better f.Removable sample holder trimmed to a user-specified height below top window. g.Cryostat lid with 1” diameter top clear view window h.Nominal cryogen usage <1.2 liters/hr at 5 K (for cryostat alone – not including vacuum shroud or customized sample mounts) i.Nominal cooldown time to 10 K < 45 minutes (for cryostat alone – not including vacuum shroud or customized sample mounts) j.Control heater and standard curve silicon diode temperature sensor installed at the control heater k.One 19-pin electrical feedthrough connected to control heater and temperature sensor l.One blank flange on cryostat body (can be upgraded to a 10-pin or 19-pin electrical feedthrough in the future) 2.Vacuum shroud and feedthroughs: Drawings that qualitatively indicate the desired vacuum shroud geometry are attached, with e-Drawings assembly file versions available for additional inspection if desired. These drawings are meant to be a guide to the vendor, but the vendor shall ensure that the shroud geometry is 100% compatible with the microscopy cryostat, and is free to propose modifications to this geometry, provided that the following requirements are met: a.6+1 port geometry – the vacuum shroud (aluminum) shall support six identical ports, with each port using an o-ring sealed flange or equivalent geometry. The “+1” port is an additional port that is connected to a line containing a safety pressure relief valve and a KF-25 (also called QF-25 or NW-25) vacuum pumping port with a vacuum valve. b.Minimum shroud height (interior) = 3.5”, maximum shroud height (interior) = 6” c.Minimum shroud diameter (interior) = 6” (this is for the shroud itself – not including any bellows for probe arms, etc) d.Vacuum shroud shall mate to the microscopy cryostat so that high vacuum conditions can be achieved in the overall system e.Top lid shall have a 1.5” diameter clear view window. Lid thickness and window thickness shall be kept as small as is possible while maintaining proper operation. f.Bottom surface of the shroud shall be tapped (~20-40 holes in total on an equally spaced grid) for M2.5 or M4 screws, to create a “breadboard” surface for potential mounting of small components. Creation of breadboard surface shall not compromise the achievable vacuum level or any other function of the system. The exact pattern of the tapped holes will be specified after the contract is awarded. g.Feedthroughs: All of the six ports of the vacuum shroud shall be the same size. Each port shall either come equipped with either a removable blank flange or a customized removable feedthrough, as described below. The port number is arbitrary, as the blank flanges and feedthroughs shall be compatible with any of the six ports. i.Port #1: Double fiber feedthrough – this feedthrough shall allow for the incorporation of two optical fibers (250 micron diameter acrylate jacket) into the chamber in a vacuum tight manner. The feedthrough design shall follow that of Abraham and Cornell (Applied Optics, vol. 37, no. 10, April 1998; reference attached), where a 1/8” stainless steel Swagelok compression fitting is welded to the vacuum flange, and a teflon ferrule containing two off-axis #80 (0.034 cm diameter) holes is used to insert the fibers into the chamber. If this exact design is not followed, an equivalent design able to maintain the same vacuum level, and the same ability to insert and remove fibers without use of epoxy or another adhesive shall be employed. ii.Port #2: Gas injection – this feedthrough shall consist of a stainless steel fitting welded (or epoxied) to the vacuum flange and allowing for the introduction of a 1/16” diameter stainless steel capillary into the vacuum shroud. iii.Port #3: Quick flange connection – this feedthrough shall consist of the vacuum flange welded to a KF-50 (also called QF-50 or NW-50) quick-flange and blanked off with a standard KF-50 blanking flange, o-ring, and quick-release clamp. iv.Port #4: XYZ arm and bellows – this feedthrough shall consist of a standard 3” long, NW25 flange stainless steel vacuum bellows and an XYZ manipulator with a minimum of 50 mm of translation in the direction towards the shroud, 25 mm of translation in the perpendicular in-plane direction, and 10 mm of translation in the vertical direction. The probe arm to be used with this manipulator and bellows will be user-fabricated, and no probe arm is required from the vendor. The vendor shall supply a blank flange for this port, to be used until the user-fabricated probe arm is available. v.Port #5: blank flange – a blank flange will be used on this port vi.Port #6: blank flange – a blank flange will be used on this port 3.Sample space configurations: Drawings that qualitatively indicate the three desired sample space configurations are attached, with e-Drawings assembly file versions available for additional inspection if desired. These drawings are meant to be a guide to the vendor, but the vendor shall ensure that the sample space configurations are 100% compatible with the vacuum shroud and microscopy cryostat, and is free to propose modifications to these geometries, provided that the following requirements are met: a.Configuration #1: i.3” diameter sample mount (gold-coated copper; gold thickness enough to prevent copper corrosion) that screws into the microscopy cryostat, replacing the standard sample holder. Sample holder is tapped with six counterbored holes for M2.5 screws. Hole location and exact dimensions will be provided after the contract is awarded. ii.Cylindrical radiation shield (aluminum) that encloses the 3” diameter sample mount and is bolted to the microscopy cryostat radiation shield anchor. Radiation shield shall be 3.5-4” in inner diameter over the region surrounding the top surface of the sample mount and above. Radiation shield top surface shall be tapped with four holes for mounting a top radiation shield lid. This surface will also contain up to five machined slots to act as feedthroughs for optical fibers, stainless steel capillaries, and electrical wires. Slot dimensions and locations will be specified after the contract is awarded. iii.Top radiation shield (gold-coated copper; gold thickness enough to prevent copper corrosion) lid that is attached onto the cylindrical radiation shield with screws. Top shield shall contain a 1.5” diameter user-removable clear view window at its center. The bottom surface of the top shield shall be 2.42” higher than the top surface of the 3” diameter sample mount. The top surface of the shield shall be as close to the vacuum shroud lid as possible, to minimize the sample working distance. The maximum allowable separation between the top of the radiation shield lid and the outside of the vacuum shroud lid is 10 mm. iv.36 mm x 24 mm x 5 mm aluminum adapter plate, containing four counterbored holes for M2.5 screws on one 36 mm x 24 mm face, and two counterbored holes for M2.5 screws on the other face. Hole location and exact dimensions will be provided after the contract is awarded. v.24 mm x 24 mm x 6 mm copper adapter plate, to be attached to user-provided motorized translation stages. Adapter plate will contain a 12 mm x 14 mm x 5 mm milled-out section for placement of a standard curve silicon diode in a Lakeshore Instruments CU package or equivalent. This diode package (whose salient characteristics are listed in Section 8 below) is approximately cylindrical in shape, with a diameter of 8 mm and a height of about 4.4 mm. In addition, the adapter plate will contain up to 8 tapped holes, whose location and dimensions will be provided after the contract is awarded. b.Configuration #2: i.2.75” diameter sample mount (gold-coated copper; gold thickness enough to prevent copper corrosion) that screws into the microscopy cryostat, replacing the standard sample holder. Sample holder is tapped with four counterbored holes for M2.5 screws, and two tapped holes for M2.5 screws. Hole location and exact dimensions will be provided after the contract is awarded. ii.Cylindrical radiation shield (aluminum) that encloses the 2.75” diameter sample mount and is bolted to the microscopy cryostat radiation shield anchor. Radiation shield shall be 3.25-3.75” in inner diameter over the region surrounding the top surface of the sample mount and above. Radiation shield top surface shall be tapped with four holes for mounting a top radiation shield lid. This surface will also contain up to five machined slots to act as feedthroughs for optical fibers, stainless steel capillaries, and electrical wires. Slot dimensions and locations will be specified after the contract is awarded. iii.Top radiation shield lid (gold-coated copper) that is attached onto the cylindrical radiation shield with screws. Top shield shall contain a 1.5” diameter user-removable clear view window at its center. The bottom surface of the top shield shall be 3.1” higher than the top surface of the 2.75” diameter sample mount. The top surface of the radiation shield shall be as close to the vacuum shroud lid as possible, to minimize the sample working distance. The maximum allowable separation between the top of the radiation shield lid and the outside of the vacuum shroud lid is 10 mm. iv.10 mm x 24 mm x 69.5 mm gold-coated copper adapter piece, to be attached to the 2.75” diameter sample mount. Adapter piece will contain two counterbored holes for M2.5 screws, and two tapped holes for M2.5 screws. Hole location and exact dimensions will be provided after the contract is awarded. v.10 mm x 24 mm x 4 mm gold-coated copper adapter piece, containing two counterbored holes for M2.5 screws. Hole location and exact dimensions will be provided after the contract is awarded. vi.10 mm x 24 mm x 6 mm gold-coated copper adapter piece, containing two counterbored holes for M2.5 screws. Hole location and exact dimensions will be provided after the contract is awarded. c.Configuration #3: i.0.75” diameter sample mount (gold-coated copper; gold thickness enough to prevent copper corrosion) that screws into the microscopy cryostat, replacing the standard sample holder. ii.Cylindrical radiation shield (aluminum) that encloses the 0.75” diameter sample mount and is bolted to the microscopy cryostat radiation shield anchor. Radiation shield shall be 1-1.25” in inner diameter over the region surrounding the top surface of the sample mount and above. Radiation shield top surface shall be tapped with four holes for mounting a top radiation shield lid. This surface will also contain up to five machined slots to act as feedthroughs for optical fibers, stainless steel capillaries, and electrical wires. Slot dimensions and locations will be specified after the contract is awarded. iii.Top radiation shield lid (gold-coated copper) that is attached onto the cylindrical radiation shield with screws. Top shield shall contain a 0.75”-1” diameter user-removable clear view window at its center. The bottom surface of the top shield shall be 8 mm higher than the top surface of the 0.75” diameter sample mount. The top surface of the radiation shield shall be as close to the vacuum shroud lid as possible, to minimize the sample working distance. The maximum allowable separation between the top of the radiation shield lid and the outside of the vacuum shroud lid is 10 mm. 4.Vacuum pump package: Turbomolecular pumping station for evacuating cryostat, vacuum shroud, and transfer lines to high vacuum levels (≤ 10-5 Torr). Pumping station shall meet the following specifications: a.Turbomolecular pump shall have a nominal capacity of at least 50 liters/second b.Pump station shall have a dry (oil-free) backing pump with sufficient capacity to back the turbo pump and rough pump the vacuum shroud and cryostat c.Pump station shall include a programmable turbo and instrument controller with necessary relays and inputs for at least two vacuum gauges. System shall come pre-programmed to control the turbomolecular and backing pumps, with relays incorporated in a proper sequence to ensure proper operation of the pump system and evacuation of the cryostat and vacuum shroud. d.System shall come with two wide-range vacuum gauges (Edwards WRG wide range gauge or equivalent), one to be placed at the exit of the pump system, and a second to be placed at a user-specified location. e.System shall include a five foot long flexible pumping line and vacuum valve(s). f.The entire pumping system shall be mounted on casters for easy movement throughout the laboratory. g.The pumping system shall include the necessary vacuum fittings and flanges for it to be 100% compatible with the microscopy cryostat and vacuum shroud. 5.Cryostat exhaust vacuum pump: Small mechanical vacuum pump station for pumping on cryostat’s helium exhaust line. Pumping station shall meet the following specifications: a.Vacuum pump with 7-10 cfm capacity b.Five foot long flexible pumping line c.Isolation valve, vent valve, and pressure gauge d.Exhaust mist filter and foreline oil trap to prevent oil contamination of cryostat e.Any fittings or flanges necessary for it to be 100% compatible with the cryostat shall be included 6.Temperature controller: System for controlling heater and sensor units. System shall meet the following specifications (Lakeshore Instruments Model 340 with 3462 two-input expansion card or equivalent): a.At least two proportional-integral-derivative (PID) control loops b.Heater output with up to 100 W of variable DC power c.Ability to read at least three sensor inputs d.GPIB interface (preferred). If not available, a USB or RS232 interface shall be included. e.Necessary cables to connect to 19-pin feedthrough on cryostat body f.Temperature controller shall be 100% compatible with the microscopy cryostat control heater and temperature sensor specified in Section 1. 7.Imaging system: Monoscope imaging system compatible with long working distance microscope objective, and with CCD camera and color monitor. System shall meet the following specifications: a.12.5:1 or 12:1 zoom ratio system. Two-piece unit consisting of an upper manual zoom module and lower module equipped for co-axial illumination. b.1/3” color CCD camera, c-mount coupler, and appropriate video tube for attachment to the zoom barrel c.20” color monitor d.150W fiber optic light source with light pipe that is compatible with the zoom barrel e.20X long working distance objective (NA=0.42, working distance = 20 mm) and appropriate microscope objective coupler for mounting to zoom barrel. f.Dual arm boom system for mounting of imaging system 8.Accessories: a.Two additional standard curve Si diodes, each of which is mounted in a Lakeshore Instruments CU package or equivalent: the silicon diode is mounted in a gold-plated copper mounting bobbin that is approximately 8 mm in diameter and 4.4 mm in height. The mounting bobbin contains a 2.9 mm diameter hole (0.762 mm off center), designed for mounting with a #4-40 screw. After mounting in the package, the diode leads shall be connected to the 19-pin electrical feedthrough on the cryostat body, either through direct soldering or through an intermediate connector. After installation, both diodes shall be capable of measuring temperatures between 4 K (or lower) and 350 K (or higher), and shall be 100% compatible with the temperature controller specified in Section 6. b.High efficiency liquid helium transfer line: vacuum jacketed with 900 angle bend, 6’ flexible section, integral cryopump, ice filter, and helium flow control valve c.Pulsation dipstick with pressure gauge for measuring liquid He level in a dewar d.Thermal braid material – 12” length of braid consisting of #46 AWG bare copper wire braided into a 0.2-0.225” diameter cable e.25 g tube of Apiezon N low pressure vacuum grease or equivalent: suitable for making thermal contact between sensors and cold surfaces and with the ability to withstand frequent temperature cycling between 4 K and 300 K. A bottom plate with adjustable feet for mounting the entire cryostat/vacuum shroud system. The bottom plate shall be able to accommodate the XYZ arm and bellows specified above (port #4 in specification 2.g) Required submittals: a.The vendor shall supply a detailed description and appropriate conceptual drawing(s) of a system equivalent to that described here in its proposal for procurement. b.The vendor will consult with NIST for final design and dimensions after contract award and shall supply detailed drawing(s) showing all parts of the cryostat system within 4 weeks after contract award for NIST approval prior to manufacturing. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical capability, past performance, and past experience, when combined, shall be approximately equal importance to 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 the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above. Past Performance and Past Experience: Past Performance and Past Experience will be evaluated to determine the overall quality of the product & service provided and the Contractors 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. The Contractor must include the references name, contact person, and contact information in the quotation. Evaluation of Past Experience shall be based on the offeror’s previous experience in producing customizing vacuum shrouds for integration with a microscopy cryostat (for example, in probe stations). The vendor shall have prior experience with incorporating cryostat-compatible motorized translation stages into the microscopy cryostat and vacuum shroud, and with the use of thermal braids to achieve a sample temperature of approximately 8-10 K on a copper block on top of the stages. In addition, the vendor shall have experience with the fabrication of optical fiber feedthroughs using a teflon ferrule/compression fitting (or equivalent), to allow for fast exchanges of optical fibers and optical-fiber-based structures into the system. Inspection and Acceptance Criteria: 1.Visual and physical check at NIST laboratory for adherence to design specifications. 2.Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready as determined by the contractor, and may be witnessed by the contractor. *** 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: 1.52.211-6 Brand Name or Equal; 2.52.212-4 Contract Terms and Conditions—Commercial Items; 3.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.219-6 Notice of Total Small Business Set Aside b.52.222-3 Convict Labor c.52.222-19 Child Labor – Cooperation With Authorities And Remedies d.52.222-21 Prohibition of Segregated Facilities e.52.222-26 Equal Opportunity f.52.222-36 Affirmative Action for Workers with Disabilities g.52.222-50 Combating Trafficking in Persons h.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act i.52.225-13 Restriction on Certain Foreign Purchases, and j.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. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact’s name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** 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. ***Submission shall be received not later than 3:00 p.m. local time on July 3, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, 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 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ca18a7f92e59aadeacf12b642a9cbf95&tab=core&_cview=1)
 
Document(s)
Cryostat System Diagrams
 
File Name: Cryostat System Diagrams (KS_microscopy_cryostat_system_specs_drawings.pdf)
Link: https://www.fbo.gov//utils/view?id=e10b001b1a57672d3d5f04d6b55fff01
Bytes: 1,138.37 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01596095-W 20080620/080618220050-ca18a7f92e59aadeacf12b642a9cbf95 (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.