Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 19,2000 PSA#2624

NASA/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