Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2014 FBO #4655
SOLICITATION NOTICE

66 -- Cryocoolers

Notice Date
8/21/2014
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB686020-14-04088
 
Archive Date
9/16/2014
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (i) This solicitation, NB686020-14-04088 issued as a request for quotation (RFQ). (ii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iii) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Offerors may submit a quotation. (iv) This combined synopsis/solicitation is for the following commercial item(s): 0001: Not to exceed 5 cryocooler systems. Each system shall consist of the following: 1. One coldhead meeting the requirements of section IV of the "Technical Requirements" below. 2. One compressor meeting the requirements of Section II-1 and Section III of the "Technical Requirements" below. I.E. A water-cooled compressor which operates on 60 Hz, single phase A.C. power at 208-230V or 50Hz at 200V 3. All plumbing, valves, safety pressure reliefs, electrical interconnect cables and helium ballast tanks (if used) required for the system to operate in a laboratory environment with the only inputs being electrical power and cooling water. The contractor shall provide gas and electrical lines connecting the compressor and coldhead of at least 3 meters, with 5 meters preferred. 0002: Options Option 1: Not to exceed 5 cryocooler systems. Each system shall consist of the following: 1. One coldhead meeting the requirements of section IV of the "Technical Requirements" below. 2. One compressor meeting the requirements of Section II-2 and Section III of the "Technical Requirements" below. I.E. A water-cooled compressor which operates on 60 Hz, single phase A.C. power at 200-230V or 50Hz at 200-240V 3. All plumbing, valves, safety pressure reliefs, electrical interconnect cables and helium ballast tanks (if used) required for the system to operate in a laboratory environment with the only inputs being electrical power and cooling water. The contractor shall provide gas and electrical lines connecting the compressor and coldhead of at least 3 meters, with 5 meters preferred. Option 2: Not to exceed 5 cryocooler systems. Each system shall consist of the following: 1. One coldhead meeting the requirements of section IV of the "Technical Requirements" below. 2. One compressor meeting the requirements of Section II-3 and Section III of the "Technical Requirements" below. I.E. An air-cooled compressor which operates on 60 Hz, single phase A.C. power at 208-230V or 50Hz at 200V 3. All plumbing, valves, safety pressure reliefs, electrical interconnect cables and helium ballast tanks (if used) required for the system to operate in a laboratory environment with the only inputs being electrical power and cooling water. The contractor shall provide gas and electrical lines connecting the compressor and coldhead of at least 3 meters, with 5 meters preferred. Option 3: Not to exceed 5 cryocooler systems. Each system shall consist of the following: 1. One coldhead meeting the requirements of section IV of the "Technical Requirements" below. 2. One compressor meeting the requirements of Section II-4 and Section III of the "Technical Requirements" below. I.E. An air-cooled compressor which operates on on 60 Hz, single phase A.C. power at 200-230V or 50Hz at 200-240V 3. All plumbing, valves, safety pressure reliefs, electrical interconnect cables and helium ballast tanks (if used) required for the system to operate in a laboratory environment with the only inputs being electrical power and cooling water. The contractor shall provide gas and electrical lines connecting the compressor and coldhead of at least 3 meters, with 5 meters preferred. 0003: Shipping if UPS is not available (v) Description of requirements for the items to be acquired: National Institute of Standards and Technology (NIST) will begin providing Programmable Josephson Voltage Standards (PJVS) systems as a standard reference instrument and NIST requires cryocoolers. NIST expects to receive orders for approximately five PJVS systems per year from national and international measurement laboratories, each of which will require a cryocooler. Initially, one cryocooler, (configuration defined below), is required to enable NIST to provide the immediately anticipated deliverable to such labs. Technical Requirements I System Definition Each system shall consists of the following components: 1. A compressor meeting the specifications in section II and section III below. Note that there are four possible compressor variations. Only one compressor is required for each System. 2. A coldhead meeting the specifications in section IV below. 3. All plumbing, valves, safety pressure reliefs, electrical interconnect cables and helium ballast tanks (if used) required for the system to operate in a laboratory environment with the only inputs being electrical power and cooling water. The contractor shall provide gas and electrical lines connecting the compressor and coldhead of at least 3 meters, with 5 meters preferred. All helium inventory used for the GM cycle and the stabilizing helium pot (if used) must be contained within the system. No helium may be vented when the system is cycled from operating temperature to room temperature. If helium ballast tanks are employed they must be constant volume. I.E. the use of an expandable bladder to capture helium is not acceptable. II Compressor Four different compressor configurations are required to satisfy the anticipated needs of different instrument laboratories. Note that operation at the various voltages may be accomplished by changing input power taps on the compressor but each configuration must span the specified range. 1. A water-cooled compressor which operates on 60 Hz, single phase A.C. power at 208-230V or 50Hz at 200V 2. A water-cooled compressor which operates on 60 Hz, single phase A.C. power at 200-230V or 50Hz at 200-240V 3. An air-cooled compressor which operates on 60 Hz, single phase A.C. power at 208-230V or 50Hz at 200V 4. An air-cooled compressor which operates on on 60 Hz, single phase A.C. power at 200-230V or 50Hz at 200-240V III Additional compressor requirements: 1. If the compressor is water-cooled, the maximum acceptable input water temperature shall be at least 25 C and required water flow shall be no greater than 2.7 L/min (0.7 gal/min). 2. If the compressor is water-cooled, power consumption of the compressor under any operating conditions shall be a maximum of 3.1 kW. 3. If the compressor is air-cooled, the maximum allowable ambient air temperature shall be at least 30 C. 4. If the compressor is air-cooled, power consumption of the compressor under any operating conditions shall be a maximum of 3.5 kW. IV Coldhead 1. The coldhead must provide cooling simultaneously at two stages, one operating at or below ~60K (first stage) and one operating at or below ~4.3K (second stage). 2. Thermal connection from the coldheads to the NIST equipment to be cooled shall be via solid bolted connections. I.E. a "recondenser" which would immerse the NIST equipment in a bath of liquid cryogen is not an acceptable approach. 3. The coldhead shall include an integrated temperature stabilizer such as a helium pot or equivalent thermal oscillation damping device on the second (~4.3K) stage to minimize temperature fluctuations at this stage. Targeted temperature fluctuations are < 100 mK (p-p). 4. When operating in steady state with the temperature stabilizer, the coldhead must meet the following performance specifications: a. First stage cooling capacity: minimum 3.0 watts at 60K. b. Second stage cooling capacity: minimum 0.1W at 4.3K 5. The coldhead will be integrated with an existing NIST cryostat design. Thus it must meet the following dimensional requirements (see drawing) a. Total length from Stage 2 to the vacuum flange must be < 14.5 inches b. Length from Stage 1 to stage 2 flange must be <8.75 inches c. Diameter of Stage 1 coldplate must be < 3.75 inches d. Diameter of Stage 2 coldplate must be < 2.80 inches Commercial Product Requirements 1. The cryocooler must be an established commercial product with multiple units operating successfully in the field. Experimental, prototype, or custom items are not acceptable. Proposer shall provide data on number of identical units in the field and operating history sufficient to establish reliability of the product. 2. The cryocooler shall be covered by the original manufacturer's full warranty with service provided by that manufacturer's U.S.-based service organization. The use of "gray market" components not authorized for sale in the U.S. by the proposer is not acceptable. Initial purchase The initial purchase under this agreement shall be one cryocooler with a water-cooled compressor which operates on 60 Hz, single phase A.C. power at 208-230V or 50Hz at 200V (vi) The requested delivery is 12 ARO. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. This procurement will remain active for one year after award to be able to exercise options over the same one year time period. (vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall submit three examples of orders or contracts performed that are similar in scope including contract numbers and customer point of contacts to establish satisfactory past experience/performance. All offers must include shipping FOB Destination. (vii) FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability (capability of the item offered to meet the agency need), price and past experience/performance. Technical capability will be evaluated by how well the proposed products meet the Government requirement as stated in Paragraph (vi). Technical and past experience/performance are equal to price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE AUTHORIZED OFFER WHOSE TECHNICALLY ACCEPTABLE QUAOTION IS DEEMED TO REPRESENT THE BEST VALUE TO THE GOVERNMENT. (ix) The offeror must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. Offerors shall complete annual representations and certifications on-line at www.sam.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. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of provision) (x) 52.204-13, System for Award Management Maintenance (xi) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.217-7, Option for Increased Quantity-Separately Priced Line; 52.219-28, Post Award Small Business Program Re-representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.22-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American Act - Free Trade Agreements, Alternate II; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer 52.247-34, FOB Destination 1352.201-70, Contracting Officer's Authority 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway - Shipping and Receiving, Boulder, CO 80305 (xiii) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (xv) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html (xvi) The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Monday, September 1, 2014, and must include the following: Company name, address phone numbers, DUNS number, itemized quote including all minimum specifications and past experience/performance information. Quotes shall be delivered via email to angela.hitt@nist.gov. (xvii) Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Thursday, August 28, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB686020-14-04088/listing.html)
 
Place of Performance
Address: National Institute of Standards and Technology (NIST), 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03475681-W 20140823/140822000530-ed5907d4822bf5c23f8497d54087dcf0 (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.