|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,2000 PSA#2624NASA/Goddard Space Flight Center, Code 215, Greenbelt, MD 20771 66 -- DILUTION REFRIGERATOR SYSTEM SOL 553-76543-912 DUE 071000 POC
Lou Etta M Milstead, Contract Specialist for Simplified Acquisition,
Phone (301) 286-4782, Fax (301) 286-1720, Email
Lou.Etta.M.Milstead.1@gsfc.nasa.gov -- Elizabeth Austin, Contracting
Officer, Phone (301)286-6843, Fax (301)286-1720, Email
Elizabeth.J.Austin.1@gsfc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#553-76543-912. E-MAIL: Lou Etta M Milstead, Lou.Etta.M.Milstead.1@gsfc.nasa.gov.
This notice 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; quotes are being
requested and a written solicitation will not be issued. This
procurement is being conducted under the Simplified Acquisition
Procedures (SAP). The government will procure a dilution refrigerator
system for applied research and testing of devices at temperatures down
to 0.01K. It is a goal of this procurement to purchase as close to a
standard model dilution refrigerator as possible, capable of meeting or
exceeding the specifications listed below. The system shall include the
dilution refrigerator cryostat, room temperature gas handling system,
all interconnecting plumbing, sensors, heaters and actuators necessary
for dilution refrigerator cool down, check out and control, and
operating instructions and manuals. A support structure for
thedewar/insert combination and a pit into which the dewar will be
lowered will be provided as government furnished equipment. AS OPTIONS,
the offeror will cost a suitable DEWAR, OPTIMUM 3He/4He MIXTURE, AND
ON-SITE INSTALLATION. SPECIFICATIONS: Requirements -- 1. Performance --
The dilution refrigerator shall be capable of providing continuous
cooling down to a minimum temperature of 10 mK or less and shall have
a cooling capability of 400 microwatts or greater at 100 mK. 2.
Experiment Access -- The working volume length below the mixer shall be
at least 300 mm long. At least 200 mm of this length, closest to the
mixer, shall have at least 150 mm diameter working space. The bottom
100 mm of length shall have an outer diameter of the vacuum can of 76
mm with as large an inner diameter as practical to accommodate a
customer supplied magnet outside the vacuum can. The space inside the
inner radiation shield accommodates 6 custom filters. These filters are
51 mm x 45 mm x 13 mm. There will be two each of these filters anchored
at the 4He 1.3K pot, the still and the mixer. The vacuum can shall have
ports that will allow access for SMA type connectors for 10 semi rigid
coax leads. These connectors will be located both outside and inside
the vacuum can on each of these 10 leads. One way for the contractor to
meet this requirement is to provide two 40 mm inner diameter ports or
five 22 mm inner diameter ports. The top flange at room temperature
must also allow similar access for 10 pairs of SMA connectors. The
semi-rigid coax will then travel through the liquid helium before
entering the vacuum can. The liquid helium space shall accommodate two
customer-supplied preamps each 58 mm wide x 116 mm tall x 21 mm thick,
and two couplers each 26 mm wide x 127 mm tall x 13 mm thick. The
dilution refrigerator shall provide a minumum 10 mm clear shot from
room temperature to the bottom of the mixing chanber. This will be used
later to carry untra-violet to infrared signals. This access must have
optical/thermal baffles which can be inserted when the clear bore is
not in use. 3. The dilution refrigerator will provide a minimum of 12
twisted pair low thermal conductance leads from room temperature to the
bottom of the mixing chanber. Baffles in the helium space must allow
later insertion of 10 semi-rigid coax cables. This may be accomplished
by providing slots in the baffles or having clear shots. 4. Gas
Handling System -- The dilution refrigerator gas handling system shall
be designed to be easy to operate manually. Pumps included with the
gas handling system shall be mechanically and electricall isolated from
the dilution refrigerator insert. Any oil or air traps shall be
provided with suitable liquid nitrogen flasks, if required, with a hold
time of at least 24 hours with a goal of 72 hours. 5. Diagnotic
Thermometry -- The dilution refrigerator system shall include
resistance thermometers at critical locations such as the 4He pot, the
still, the heat exchangers, and the mixer that can be used to monitor
performance. In addition, at least one thermometer shall be provided
whose range reaches room temperature to verify warm up and cool down
conditions. The absolute accuracy of these thermometers is not
critical, but generic calibration curves shall be included. 6. The
contractor shall deliver machine drawings of the dilution refrigerator
system with enough detail so that all experiment interfaces are well
defined. For example, all mixing chamber bolt patterns, all feed
through ports, all room temperature connectors and feed through ports
and all experiment access features described above shall be well
defined in these drawings. The drawings shall include tolerances on all
critical dimensions. The drawings shall show overall layout of the
refrigerator and gas handling system for the purposed of laying out the
laboratory space. The drawings shall include all critical dimensions
and details on mounting points on the vacuum can, 4He pot, still, and
heat exchangers. 7. Quick Turn-Around Capability -- The dilution
refrigerator system shall be designed to allow rapid thermal cycling to
room temperature and back to low temperature. For example, the system
should allow withdrawal from a suitable dewar which will be lowered
into a pit to allow quick warm up, then reinsertion into this dewar
while the dewar has liquid helium in it, making efficient use of the
liquid boil off to cool the cryostat. 8. Factory Test -- The contractor
shall perform a test of the dilution refrigerator system at the factory
to insure that all the specifications have been met. At the goverment's
option, this test will be witnessed by government personnel or a
government representative. 9. Delivery Schedule -- The drawings
described above shall be delivered within 3 months after receipt of
order. The contractor shall deliver the fully tested dilution
refrigerator system to the Goddard Space Flight Center within 12 months
after receipt of order. OPTIONS 1. Dewar -- Offeror shall provide a
cost for providing a vapor cooled liquid helium dewar to accommodate
the dilution refrigerator with a hold time of greater than 72 hours
when not running and greater than 48 hours when running the
refrigerator. If this option is exercised, this dewar shall be tested
along with the dilution refrigerator. 2. 3He-4He Mixture -- Offeror
shall include the optional cost of providing an optimum 3He-4He mixure
for the dilution refrigerator. 3. On-Site Installation and Check Out
-- Offeror shall include the optional cost of installing and operating
(first check out) the dilution refrigerator system on-site at GSFC
after delivery. Offeror shall also provide an estimate of the schedule
for this service. 4. Installed Cerium Magnesium Nitrate (CMN)
Thermometer -- Offeror shall include the optional cost of providing a
CMN thermometer installed with the mixing chamber, to be read out with
a customer-supplied SQUID. 5. Nuclear Orientation Thermometer --
Offeror shall include the optional cost of providing a nuclear
orientation thermometer to be located on the mixing chanber. Theread
out system for this thermometer will be supplied by the customer. 6.
Optical Tail -- Offeror shall include the option of installing an
optical tail such that there is easy optical/vacuum access to the cold
stage. This may require a separate pre-cool plumbing system for the
common vacuum space. EVALUATION CRITERIA: TECHNICAL: a) Understanding
the Requirements -- Offeror must demonstrate in the proposal that
he/she understands the requirements listed in the Statement of Work
(SOW). To this end, a drawing of the refrigerator which shows critical
interfaces such as access ports and accommodation of specified
goverment provided test articles must be provided with the proposal. If
the refrigerator is like a similar model already produced, this model
number and associated specifications must be included in the proposal.
b) Meeting or Exceeding the Requirements -- Offeror must provide in
the proposal an estimate of the performance of the refrigerator
relative to the requirements in the SOW. If the proposed refrigerator
is similar to a standard model, test data of a typical version of this
model must be included. If this type of refrigerator has not been
built, extensive modeling results demonstrating the likelihood of
meeting the requirments must be included with the proposal. c) Delivery
Schedule -- Offeror must provide nominal and worst case estimates for
the delivery time for system based upon previous history of deliveries.
Offeror should also include the delivery schedule for the drawings
called out in the SOW. PRICE PAST PERFORMANCE Offeror must provide at
least 3 references for similar systems successfully delivered with the
past 5 years. The provisions and clauses in the RFQ are those in
effect through FAC 97-18 All qualified responsible business sources may
submit a quotation which shall be considered by the agency. Delivery to
Goddard Space Flight Center, Greenbelt, Maryland is required within 365
days ARO. Delivery shall be FOB Destination. The DPAS rating for this
procurement is DO-C9 Quotations for the items(s) described above are
due by 4:30 PM, EDT, July 10, 2000 and may be mailed or faxed to Lou
Etta Milstead, Goddard Space Flight Center, Code 215, Bldg. 11, Room
215A, Greenbelt, MD 20771, FAX 301-286-1720 and include, solicitation
number, FOB destination to this Center, proposed delivery schedule,
discount/payment terms, warranty duration (if applicable), taxpayer
identification number (TIN), identification of any special commercial
terms, and be signed by an authorized company representative. Quoters
are encouraged to use the Standard Form 1449,
Solicitation/Contract/Order for Commercial Items form found at URL:
http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation.
Quoters shall provide the information required by FAR 52.212-1. If the
end product(s) quoted is other than domestic end product(s) as defined
in the clause entitled "Buy American Act -- Supplies," the quoter shall
so state and shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ From
this site click on the document titled "cirepcertover25k.doc" for the
correct representations and certifications to be used for this
solicitation. FAR 52.212-4 is applicable. FAR 52.212-5 is applicable
and the following identified clauses are incorporated by reference.
52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and
52.232-34. The FAR may be obtained via the Internet at URL:
http://www.arnet.gov/far/ The NFS may be obtained via the Internet at
URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm
Questions regarding this acquisition must be submitted IN WRITING no
later than June 30, 2000. Selection and award will be in accordance
with FAR 52.212-2 with the following evaluation factors: Technical,
Past Performance and Price. Technical and past performance, when
combined, are equal when compared to price. Technical acceptability
will be determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
NASA Specific Note "B". It is the quoter's responsibility to monitor
the following Internet site for the release of amendments (if any):
http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=51 Potential
quoters will be responsible for downloading their own copy of this
combination synopsis/solicitation and amendments (if any). Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nasanote.html Posted 06/15/00
(D-SN465314). (0167) Loren Data Corp. http://www.ld.com (SYN# 0276 20000619\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|