Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2009 FBO #2749
SOLICITATION NOTICE

66 -- Cryogenic Superconducting Magnet System - NIST Cryogenic Superconducting Magnet System Specifications

Notice Date
6/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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
SB1341-09-RQ-0289
 
Archive Date
7/4/2009
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
paula.wilkison@nist.gov, patrick.staines@nist.gov
(paula.wilkison@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NIST Cryogenic Superconducting Magnet System Specifications 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 under the authority of 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) 2005-32.*** *** 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) Cryogenic Superconducting Magnet System. *** Background: The National Institute of Standards and Technology (NIST)/Center for Nanoscale Science and Technology (CNST) enables science and industry by providing essential measurement methods, instrumentation, and standards to support all phases of nanotechnology development, from discovery to production. The Electron Physics Group of the CNST has the mission of advancing measurement science for the determination of electronic and magnetic properties of nanometer-scale systems. This purpose of this procurement is to provide a ferromagnetic resonance force microscopy facility for microwave magnetic measurements of magnetic nanostructures. Our plan is to use this instrument as a platform for a series of projects involving ferromagnetic resonance force microscopy. This solicitation addresses a research need for a Cryogenic Superconducting Magnet System to produce vector magnetic fields within the vertical plane in a controlled-temperature environment for a scanned-cantilever magnetic force microscope. ***All interested Contractors may provide a quote for the following: Line Item 0001: Cryogenic Superconducting Magnet System, which shall meet or exceed the minimum specifications outlined in the attachment (NIST Cryogenic Superconducting Magnet System Specifications.doc). Acceptance Testing Requirement The Contractor must perform, in the presence of the NIST Contracting Officer’s Technical Representative (COTR) or his Designee, acceptance testing for all components of line item 0001. Exact date and time for this testing shall be coordinated with the COTR, and shall be arranged between the Contractor and the COTR/COTR Designee within seven (7) days after NIST receives the equipment at its receiving dock. The quoted price for line item 0001 shall include the cost of Contractor Acceptance Testing. Minimum Acceptance Criteria The Contractor must demonstrate that the equipment meets all minimum technical specifications listed in the specifications under magnetic field homogeneity and control, dewar and support assembly, cryostat, magnet power supply, temperature controller, cabling, and liquid helium transfer line. The Contractor must perform acceptance testing at NIST Gaithersburg, MD in the presence of the COTR/COTR Designee. 1.The Contractor shall demonstrate the equipment's ability to produce the following static fields with a temperature of 300 K in the sample space: •a horizontal field of at least 4 T for 30 minutes, •a vertical field of at least 4 T for 30 minutes, •simultaneous fields of at least 2.8 T horizontally and vertically for 30 minutes. These fields shall be measured by the Contractor using a Hall probe provided by the Contractor and approved by the COTR or the COTR’s representative. 2.The Contractor shall demonstrate the system’s capability to create temperature conditions that are stable to within 0.1 K over 5 minutes at three separate temperatures to be chosen by the COTR or the COTR’s representative within the range of 5 K to 300 K. It is estimated that acceptance testing will take approximately 1 business day to complete. However, this is not a limitation on the amount of time the Contractor shall make available to satisfy the requirements. Installation The Contractor shall provide installation for the Cryogenic Superconducting Magnet System. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, system verification, and system check for manufacturing defects and any damage during shipment. The Contractor shall provide a thorough demonstration of all equipment functions. This must include a demonstration of all salient characteristics herein. The Government shall supply all necessary services for installation, such as electrical, ventilation, and liquid helium in standard 100 liter storage dewars. The quoted price for line item 0001 shall include the cost of Installation. 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 and 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 and past performance, when combined, shall be approximately equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Under the technical capability factor, special consideration will be given to a quoted system that includes the following: Field ranges larger than -4 T to 4 T, as identified in specification A1; field ranges larger than 4T at 45 degrees in the vertical plane as identified in specification A2; cryostat vertical cylinder diameter of 2.5 inches, as identified in specification C2; and LabView drivers as specified in specifications D6 and E4. 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 that addresses all salient characteristics, and that clearly documents that the offered product meets salient characteristics stated above. 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. The Contractor must include the references name, contact person, and contact information in the quotation. *** 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: 1.52.212-4 Contract Terms and Conditions—Commercial Items; 2.52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: a.52.219-28 Post Award Small Business Program Rerepresentation 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.52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g.52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans h.52.222-36 Affirmative Action for Workers with Disabilities i.52.222-50 Combating Trafficking in Persons j.52.225-3 Buy American Act- Free Trade Agreement – Israeli Trade Act k.52.225-13 Restriction on Certain Foreign Purchases, and l.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 June 19, 2009 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0289/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01836231-W 20090606/090604235625-89e5768818a63fd62b9302ef20f07809 (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.