MODIFICATION
44 -- High Temperature Furnace System
- Notice Date
- 7/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333994
— Industrial Process Furnace and Oven 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
- SB1341-10-RQ-0296
- Archive Date
- 9/30/2010
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
- E-Mail Address
-
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is hereby amended to incorporate a technical change to the minimum specifications, incorporate a change to the required submissions and to extend the due date for quotations. 1. Line item 0001, Section 3, Specification 3.2 is hereby amended as follows: FROM: 3.2 Two thermocouple sensors suitable for operation to 2100 C with accuracy of +/- 1% over range from 800 C to 2100 C. The minimum lifetime of the sensors must be 200 hours. TO: 3.2 Two thermocouple sensors suitable for operation to 2100 C with accuracy of +/- 1% over range from 800 C to 2100 C. 1. 1 Line Item 0001, Section 4, Specification 4.3 is hereby amended as follows: FROM: 4.3 Electronically-controlled butterfly conductance control valve in the pumping line, with all-metal seals suitable for use with high temperature gases (i.e. Argon gas passing through the furnace), with maximum conductance to enable cooling the hot zone (with heating power off) starting at the maximum operating temperature by flowing Argon gas at 1 to 2 liters/s through the furnace, and with suitable minimum conductance to enable operation of the furnace chamber at Argon gas pressures between 200 Torr and 1000 Torr with Argon flow rate below 0.2 liters/s. 2 liters/s maximum conductance is acceptable; Lower minimum conductance is preferred. TO: 4.3 Electronically-controlled butterfly conductance control valve in the pumping line, with all-metal seals suitable for use with high temperature gases (i.e. Argon gas passing through the furnace), with maximum conductance to enable cooling the hot zone (with heating power off) starting at the maximum operating temperature by flowing Argon gas at 1 to 2 liters/s through the furnace, and with suitable minimum conductance to enable operation of the furnace chamber at Argon gas pressures between 200 Torr and 1000 Torr with Argon flow rate at or below 0.25 liter/s." Lower minimum conductance is preferred. 2. The required submissions are hereby amended as follows: FROM: Required Submissions: 1. For the purpose of evaluation of Technical Capability, all quoters shall submit all of the following: a. For all commercial components, an original and one (1) copy of the technical description and/or product literature which clearly demonstrates that the proposed components meet or exceed the Governments minimum required specifications; b. Documentation to support all minimum required specifications. The following data must be submitted: Spec 2.4 The demonstrated maximum safe rate of heating from a starting temperature of 1600 deg C to the maximum temperature of 2100 deg C must be provided in units of degrees C per second with data supplied for operating pressures of 200 Torr and 1000 Torr. Spec 3.1 Data supplied must demonstrate that the selected final temperature can be reached with overshoot less than 10 deg C and that the temperature settles to within +/- 10 deg C. Spec 3.2 Submit reference tables (temperature vs. voltage) for thermocouple sensor and sensor lifetime quoted in hours at the quoted accuracy and at the maximum temperature of 2100 deg C. c. A technical drawing, in high resolution PDF Format, which clearly illustrates all of the following: -Exact dimensions of the proposed chamber; -Placement of the electrical components and feed-throughs, vacuum ports and viewing window; -Locations for pre-installed components such as the sample platform, heaters, temperature sensor or sensors. 2. Experience: Documentation which demonstrates the degree of experience the Contractor possesses designing and fabricating high vacuum chambers, designing and fabricating furnaces for high-temperature materials, and integrating multiple components such that systems work as one unit. Experience may be demonstrated through a technical discussion of experience and/or pictures and/or technical descriptions of systems that the Contractor has previously designed. 3. Past Performance Quoters must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold to the three (3) references; 4. An original and one (1) copy of a quotation which addresses all line items; 5. 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. TO: Required Submissions: 1. For the purpose of evaluation of Technical Capability, all quoters shall submit all of the following: a. For all commercial components, an original and one (1) copy of the technical description and/or product literature which clearly demonstrates that the proposed components meet or exceed the Governments minimum required specifications; b. Documentation to support all minimum required specifications. The following data must be submitted: Spec 2.4 The demonstrated maximum safe rate of heating from a starting temperature of 1600 deg C to the maximum temperature of 2100 deg C must be provided in units of degrees C per second with data supplied for operating pressures of 200 Torr and 1000 Torr. Spec 3.1 Data supplied must demonstrate that the selected final temperature can be reached with overshoot less than 10 deg C and that the temperature settles to within +/- 10 deg C. Spec 3.2 Submit reference tables (temperature vs. voltage) for thermocouple sensor at the quoted accuracy up to the maximum temperature of 2100 deg C. c. A technical drawing, in high resolution PDF Format, which clearly illustrates all of the following: -Exact dimensions of the proposed chamber; -Placement of the electrical components and feed-throughs, vacuum ports and viewing window; -Locations for pre-installed components such as the sample platform, heaters, temperature sensor or sensors. 2. Experience: Documentation which demonstrates the degree of experience the Contractor possesses designing and fabricating high vacuum chambers, designing and fabricating furnaces for high-temperature materials, and integrating multiple components such that systems work as one unit. Experience may be demonstrated through a technical discussion of experience and/or pictures and/or technical descriptions of systems that the Contractor has previously designed. 3. Past Performance Quoters must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold to the three (3) references; 4. An original and one (1) copy of a quotation which addresses all line items; 5. 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. 3. The due date/time for quotations has been extended as follows: FROM: All quotes must be received not later than 12:00 PM local time, on June 29, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. Electronic quotes are acceptable; however, faxed quotes shall not be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. TO: All quotes must be received not later than 3:00 PM local time, on July 26, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@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 301-975-8397. Electronic quotes are acceptable; however, faxed quotes shall not be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0296/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02212588-W 20100723/100721234917-4328432e70461420217560ded0cd2902 (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 |