Loren Data Corp.

'

  
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