Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOLICITATION NOTICE

66 -- Variable Magnetic Field Variable Temperature Platform for Nanoscale Spintronic Device Research

Notice Date
8/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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
NB818030-8-37314KGC
 
Archive Date
9/15/2008
 
Point of Contact
Kathy Gatewood Clark,, Phone: 3034973870, Mark E. Caban,, Phone: 3034976875
 
E-Mail Address
kathy.clark@noaa.gov, mark.caban@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE Variable Magnetic Field Variable Temperature Platform for Nanoscale Spintronic Device Research (I) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NB818030837314KC. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 423490. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN No. Item/Description Quantity Unit of Measure 0001 Variable-Magnetic-Field-Temperature Platform 1 Each (VI) Description of requirements is as follows: 1. Magnet System 1.1 The system requires a horizontal split pair magnet which can achieve magnetic fields of 7.0 T for all sample temperatures 1.2 The vertical radial access port diameter should be 50.8 mm (2.0 inches) or greater 1.3 The horizontal axial access port diameter should be 76.0 mm (3.0 inches) or greater and should have access to allow installation of pickup coils for the VSM and for a Hall probe to monitor the magnetic field. 1.4. Homogeneity shall be equal to or better than +/- 0.01 % in a 1 cm diameter spherical volume (DSV) 1.5. The approximate operating current should be <100 amperes 1.6 The remnant field, after cycling to 7 T, should be less than 2 mT. 1.7 The magnet should be able to survive an accidental quench at the maximum rated operating current without present a safety hazard. 1.8 The magnet assembly should provide extra electrical feed-throughs to allow installation of a hall probe and pickup coils in the magnet space. 2. Magnet power supply 2.1 The system shall include a computer controllable 4-quadrant power supply that shall be able to power the magnet at any field value from -7.0 T to +7.0 T. 2.2 The power supply system should allow the magnet to be put in and out of persistent current mode under computer control. 2.3 The system shall include all cabling and safety systems to prevent exposure to high voltage both during normal operation and during a magnet quench. 2.4 The upper limit to current ripple (1Hz to 500 Hz) from power supply should be less than 0.1 mT 3. Dewar/ cryogenic system 3.1 The cryogenic system should be either a cryogen free system utilizing a cryocooler or a liquid-helium recondensing dewar design. The system should remain cold and functional for at least 6 months without maintenance or cryogen transfers. 3.2 The system shall contain all necessary cryogenic components including all gas lines, regulators, and liquid He level detector (if required). 4. Variable temperature cryostat 4.1 The system should include a cryostat with a sample access diameter of >= 30.4 mm (1.20 in). 4.2 The sample temperature should be adjustable from 1.5 K to 400 K 4.3 The sample temperature should be monitored and set under computer control 4.4 The sample space should be accessible using a probe with a NW40 flange or similar standard flange. 4.5 The sample should be able to be conveniently inserted and withdrawn while the system is cold. 4.6 The system should be able to accept a variety of sample probes with diameters up to 30 mm. The system should allow insertion of sample probes in labs with ceiling heights of less than or equal to 3.5 m. 4.7 The system should allow for sample probes that can be rotated in the magnetic field. 4.8 The cryostat system should come with all pumps, pumping lines, valves, vacuum gauges required to attain and monitor the specified temperature range. 4.9 All pumps included with this system must be dry "oil free pumps" 4.10 The thermometers monitoring sample temperature should be provided with calibrations and should be accurate to within 100 mK at all magnetic field values. 5. System software and computer 5.1. The system shall come with software drivers/code to control the system temperature and magnetic field. The software needs to be documented and integrable with NIST code. The software can be Labview, Visual Basic, or C code. 6. System design and utilities 6.1 The system electrical requirements shall be either standard 120 V AC or 208V 3 phase AC. 6.2 The system shall come with standard connectors for gas, cooling water, and compressed air (if required). 6.3 All control components such as magnet supply and temperature control must be conveniently integrated in a control console or system rack. 6.4 The system foot print should be approximately 1.5 m x 3 m or less. 7. Demonstration of prior delivery and successful operation of similar systems 7. 1 NIST requires at least three references to establish the previous delivery and successful operation of systems with similar capability to the one requested. The references will be asked the following questions: a) Did your system meet performance specifications? b) Did your system meet delivery specifications? c) Is the system easy to use without substantial training? d) Have there been any component failures or downtime other than due to routine maintenance? e) If technical support has been required, was it provided in a timely useful manner. 7.2 Information should be provided demonstrating the performance of the proposed system. 8. Safety 8.1 The system shall include all necessary interlocks on high-voltage supplies and vacuum/pressure systems to insure that the system presents no safety hazards. 8.2 The system shall meet OSHA standards for operator safety. 9. Installation, Documentation and Warranty 9.1 The system shall come with complete documentation, installation instructions, system drawings, and utility connections. 9.2 The system will be installed by the supplier's personnel at NIST in Boulder CO. 9.3 The system shall include a warranty for all parts and labor for at least 1 year. 9.4 Delivery of the system shall be made within 240 days after order is placed. (VII) Place of delivery is the U.S. Department of Commerce, National Institute of Standards and Technology (NIST/818), Attn: Stephen Russek, 325 Broadway, Building 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination Boulder, Colorado. FOB Destination means free on board at destination; i.e., the seller or consignor delivers the goods on seller's or consignor's conveyance at destination. Unless the contract provides otherwise, the seller or consignor is responsible for the cost of shipping and risk of loss. For use in the clause at FAR 52.247-34, see the definition at FAR 52.247-34(a). (VIII) Desired delivery is within 240 days or less after award of purchase order; offeror shall state delivery within quote. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide descriptive literature, capability statement describing equipment specifications requirements listed in paragraphs (V), and 3 past performance references. Past Performance References: NIST requires at least three references to establish the previous delivery and successful operation of systems with similar capability to the one requested. The references will be asked the questions identified in Section VI - Sub paragraph 7 - Demonstration of prior delivery and successful operation of similar systems. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made to the Contractor whose proposal offers the best value to the Government, price and other factors considered. The Government will evaluate proposals based on the following evaluation criteria: Technical Capability, Past Performance, and Price. Technical Capability has a greater value than Past Performance. All non-price factors when combined are more important than price. If all things considered under Technical Capabilities combined with Past Performance are equal, Price shall be the determining factor. Past Performance and Price will not be evaluated on proposals that are deemed technically unacceptable. Technical Capability - the proposal shall address all the requirements/specifications outlined above and shall provide indication of understanding and ability to meet requirements (See Section VI of this document). Past Performance - Contractor shall include no fewer than 3 references, including address, phone number, and point-of-contact, from users who are currently operating the make and model of the proposed system in the field. Referenced models need not be of the current production year, but shall be production equipment manufactured within the past 24 months and designed for the same or similar purpose, and should be as functionally similar to the equipment being proposed. Past Performance on contracts with the Federal Government, other public agencies, or private organizations may be considered. The past performance information submitted may be that of the Offeror's firm or its proposed subcontractors. Subcontractor past performance will only be considered if the past performance correlates to the work the contractor will be performing on the contemplated contract. The Contractor should disclose any instances in which its Past Performance on a particular contract may be considered by others to be less than fully satisfactory by attaching a narrative. The Contractor should relate pertinent facts and circumstances and describe any remedial action taken or to be taken to correct the deficiency. Failure to disclose such instances may result in a determination that the Contractor has been less than candid with the Government, which could result in an unfavorable assessment of the Offeror's past performance record. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the Contractor to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Limited exchanges between the Government and a Contractor may occur to clarify the relevance of a Contractor's past performance information and adverse past performance information to which the Contractor has not previously had an opportunity to respond. Price shall reflect the total price. Contractor should ensure that their proposal constitutes their best offer in terms of both price and the technical solution being proposed. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008) applies to this acquisition. The following clauses under subparagraph (b) apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). FAR 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003)(E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). FAR 52.222-50, Combating Trafficking in Persons (Aug 2007). FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). FAR 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: same as above. (XIV) The following clauses are also applicable to this acquisition: FAR 52.232-28, Invitation to Propose Performance Based Payments (Mar 2000) (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 4:00 P.M. MST/MDT on Friday, August 29, 2008. All quotes must be faxed or emailed to the attention of Kathy Gatewood Clark. The fax number is (303) 497-3163 and the email address is Kathy.Clark@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Kathy Gatewood Clark, (303) 497-3870, Kathy.Clark@noaa.gov no later than 12:00P.M. MST/MDT on Wednesday, August 20, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8c5de812c3e029479f780e1bcfddaf6a&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Dept of Commerce - Boulder Labs, NIST 818, 325 Broadway, Boulder, Colorado, 80305-3328, United States
Zip Code: 80305-3328
 
Record
SN01641314-W 20080817/080815222859-8c5de812c3e029479f780e1bcfddaf6a (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.