Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOLICITATION NOTICE

68 -- Small Diameter Enriched Single Wall Carbon Nanotube Powder

Notice Date
7/14/2008
 
Notice Type
Presolicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation 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
NB854050-8-06037
 
Archive Date
8/13/2008
 
Point of Contact
Jennifer Lohmeier, Phone: 301-975-8173, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
jennifer.lohmeier@nist.gov, todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology (NIST) intends to negotiate, on a sole source basis, under authority of FAR 13.106-1(b) (1), with Southwest Nanotechnologies, Inc., of Oklahoma City, Oklahoma, for the acquisition of Small Diameter Enriched Single Wall Carbon Nanotube Powder to be used by the Polymers Division at NIST, Gaithersburg, Maryland. *****Sole source determination is based on the need for a powder primarily (>40%) consisting of one nanotube type. Requirements: 1) The required product shall have the following properties: •Carbon content (> 90% by weight) •SWCNT content ( > 30 % by weight) •> 40% of SWCNTs are (6,5) chirality as determined by the UV-Vis-NIR ratio specified in criteria 3. The criteria for meeting these technical metrics are 1.Thermogravimetric analysis (TGA) supporting a residual mass at 635 C of less than 10 % of the initial mass (average of 10 TGA measurements). 2.TGA supporting material homogeneity. The material should exhibit a coefficient of variance of less than 5 % for both the oxidation temperature (To, in degrees C) and the residual mass at the midpoint (T1%, in % residual mass). Coefficient of variance is defined for this purpose as the standard deviation divided by the average for 10 TGA measurements. 3.Ultraviolet-visible-near infrared (UV-Vis-NIR) absorbance of sonicated (1.25 h, 1 W/mL) SWCNT solution (1 mg/mL SWCNTs, 2 % sodium deoxycholate), and the same supernatant of the same suspension after centrifugation (2 h, 25000 * g); mass loss under centrifugation, defined by the ratio of absorbance of the two spectra at 750 nm ( ) will be  0.75, and the value of will be greater than 2.25. The Contractor shall supply a minimum of 5 randomly obtained Thermogravimetric Analysis supporting the claim of homogeneity and low catalyst content of the supplied material. NIST will duplicate the TGA and UV-Vis-NIR spectra measurements and if the measurements do not support the homogeneity of the material the product will be returned for replacement. The timeline for acceptance or rejection of the material is 60 days from receipt. Southwest Nanotechnologies, Incorporated is the only known vendor capable of supplying the required powder. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor’s commercial schedule. *** *** As defined in the Federal Acquisition Regulation, (FAR), 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 all line items to NIST, Gaithersburg, Maryland, 20899-0001. *** *****The North American Industry Classification System (NAICS) code for this acquisition is 325998, and the size standard is 500 Employees. ******A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. *****No solicitation package will be issued. This notice of intent is not a request for competitive quotations. However, responses received by July 29, 2008 will be considered by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=530d9dcd67f657d7ab70b8d63f1408e7&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
Zip Code: 20899-0001
 
Record
SN01613721-W 20080716/080714223315-530d9dcd67f657d7ab70b8d63f1408e7 (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.