COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,2000 PSA#2668 National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 66 -- LIQUID HELIUM CRYOSTAT FOR NEUTRON SCATTERING SOL 53SBNB060132
DUE 083000 POC TAMARA GRINSPON, Contract Specialist, (301) 975-4390;
Paul G. Cataldo, Contracting Officer, (301) 975-6332 WEB: NIST
Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm.
E-MAIL: NIST Contracts Office, Contract@nist.gov. 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,
#53SBNB060132, is a Request for Quotation (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-18.*****The associated
Standards Industrial Classification Code (SIC) for this procurement is
3559, and the small business size is 500 Employees. This acquisition
is unrestricted.*****The National Institute of Standards and Technology
(NIST) has a requirement for one (1) TOP LOADING, LIQUID HELIUM
CRYOSTAT, A.S. Scientific brand (MAXI ORANGE 100mm access) or equal, to
be used by the NIST Center for Neutron Research for neutron scattering
experiments. The cryostat shall conform to the specific construction
and material choices inherent in such application.*****Salient
characteristics of the A.S. Scientific MAXI ORANGE 100mm Access
Cryostat include: ***(1) Helium consumption independent of sample well
temperature; ***(2) 360 degree uninterrupted neutron beam access;
***(3) 2 -- 300 K operating temperature range; ***(4) 100mm top-loading
sample well diameter; ***(5) physical separation between sample well
and cooling circuit; ***(6) regulated cooling power via a metered cold
valve; and ***(7) long hold time for liquid helium and nitrogen*****In
addition, the cryostat shall have a customized tail section and sample
probe for compatibility and use with the existing NIST Time-Of-Flight
(TOF) spectrometer as set forth below:**(1) Neutron beam access at
least 100mm in height;**(2) Compatibility of custom vacuum can with the
NIST TOF Spectrometer: *(a) The bottom flange and cryostat tail shall
fit inside a stepped cylindrical opening with the bottom being smaller.
The lower part of the cryostat shall be less than 14.5" in diameter for
at least 13" in height. Above that, the diameter of the cryostat shall
be less than 26" in diameter with no further height restriction; *(b)
The mounting flange shall consist of two bolt squares offset by 45
degrees and have a detachable centering pin. The first bolt square
shall consist of 4 clearance holes (0.339 inch) on an 8.625 inch square
(12.20 inch diameter). The second bolt square shall consist of 4
clearance holes (9/32 inch) on a 230 mm square (325.3 mm diameter). The
centering pin mounted on the bottom flange shall be 0.990 +/- 0.003
inches in diameter, 3/8 inch in height, and fixed by a central
screw;**(3) Shall contain internal neutron shielding as described in
section 4(d) below;**(4) Top Loading Sample Well: *(a)100mm diameter
(except for tail section specified below); *(b) Beam center height is
6 inches above bottom flange lower surface; *(c) Tail is cylindrical
with a minimum diameter of 150mm in the neutron beam area; *(d) Tail
contains internal shielding (gadolinium or cadmium acting as a neutron
absorber) covering an angular range of 120 degrees, and full bottom
shielding. The location of this shielding shall be marked on the
exterior of the cryostat;**(5) Temperature control of the sample well
shall be regulated by a silicon diode temperature sensor and a
resistive heater internally mounted in the cryostat. These shall be
connected according to the pin-out and specified connector in
specification 7(b) below. *(a) Heater resistance of 25 to 50 Ohm and
power rating of at least 100 watts; *(b) Silicon diode accuracy: +/-
0.25 K in the range 2K to 100 K and +/- 0.5 K in the range 100 K to 300
K; *(c) Silicon diode sensor shall be compatible with Lakeshore
temperature controllers, such as models 340, 330, 331, and
DRC-93C.;**(6) Sample Probe: *(a) Shall include silicon diode
temperature sensor (same type as above) with external connection as in
specification 7(c) below; *(b) Shall terminate with a threaded
mounting stud (5/16-18 UNC, 0.25 inches long) protruding from a rod of
at least 20mm diameter; (c) End of probe shall be 45mm above beam
center height, adjustable +/-60mm;**(7) External Wiring Specification:
*(a) Connector Type: Detoronics model DTIH-14-19PN-contact
information: Detoronics Corporation USA 818.579.7130; *(b) Cryostat pin
assignments:K/Sensor I+; L/Sensor I-; N/Sensor V+; P/Sensor V-;
M/Heater+; A/Heater-; B/Valve heater+; C/Valve heater-; *(c) Sample
probe pin assignments: K/Sensor I+; L/Sensor I-; N/Sensor V+; P/Sensor
V-.***** Delivery is required within one hundred twenty (120) days
after receipt of purchase order (ARO); Delivery location is the
National Institute of Standards and Technology, Building 301, Shipping
and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899-0001. The FOB
point shall be DESTINATION, Gaithersburg, MD.*****Quotations will be
evaluated in accordance with Federal Acquisition Regulation (FAR)
Subpart 13.106-2-Evaluation of quotations or offers. Award will be made
based on vendors' (A) Technical Capability to Meet Specifications
(vendors shall address all specifications, and shall provide indication
of understanding and ability to meet requirements); (B) Past
Performance/Experience (vendors shall provide three references to whom
comparable units -- preferably for similar applications -- have been
sold over the past five years, including organization name, point of
contact, phone number, and fax number for each); and (C) Price. (A) and
(B), when combined, are more important than (C).*****The Government
anticipates awarding one purchase order resulting from this combined
synopsis/solicitation to the responsible vendor whose quotation,
conforming to this synopsis/solicitation, will offer the BEST VALUE to
the Government, price and other factors considered.*****Vendors shall
address all requirements in this combined synopsis/solicitation, and
shall provide clear evidence of understanding and the ability and
willingness to comply with the Government's specifications of need.
Failure to address a specification/requirement will be construed by the
Government as inability to meet the need, or the vendor's taking
exception to it.*****All vendors are to include with their quotes, a
completed copy of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, which may be downloaded from
www.arnet.gov .*****The following Federal Acquisition Regulation (FAR)
provision applies to this solicitation: 52.212-1, Instructions to
Offerors-Commercial; ***** The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition.*****The
clause at 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items, applies to this
acquisition, including subparagraphs (11) 52.222-21, Prohibition of
Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13)
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with
Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era; (17)(ii) Alternate I of 52.225-3, Buy
American Act-North American Free Trade Agreement-Israeli Trade
Act-Balance of Payments Program; (19) 52.225-13, Restriction on Certain
Foreign Purchases; (20) 52.225-15, Sanctioned European Union Country
End Products; (22) 52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration; and Department of Commerce
Agency-Level Protest Procedures Level Above the Contracting Officer,
which can be downloaded at
http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm All interested,
responsible, business firms should submit quotes (Original Plus One
Copy Of Quote and Enclosures), by 3:00 PM, Washington DC time, on
August 30, 2000, to the National Institute of Standards and Technology,
Acquisition and Assistance Division, ATTN: TAMARA GRINSPON (060132),
Building 301, Room B117, 100 Bureau Drive STOP 3572, Gaithersburg,
Maryland 20899-3572. Faxedquotes will NOT be accepted. Copies of
above-referenced clauses are available upon request, either by
telephone or fax. Posted 08/17/00 (W-SN487087). (0230) Loren Data Corp. http://www.ld.com (SYN# 0273 20000821\66-0011.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|