Federal Bid

Last Updated on 16 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Institute West virginia

Cryocoolers

Solicitation ID NB686040-14-03809
Posted Date 21 Aug 2014 at 6 PM
Archive Date 16 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Institute West virginia United states
The purpose of this modification is to correct the line items. Line Item 0001 changed from Qty 2 to Qty 4; Line Item 0002 was changed from mechanical cryocoolers w/ at least 100 mW of cooling power at 4K: Qty 1 each to Mechanical cryocoolers w/ at least 200 mW of cooling power at 4K: Qty 2 each; Line Item 0003 and Line Item 0004 were cancelled in their entirety.
ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED.

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, NB686040-14-03809 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) This solicitation is a Small Business Set-Aside. NAICS Code is 334516, Small business size standard is 500 employees.

(iv) This combined synopsis/solicitation is for the following commercial item(s):

0001: Mechanical cryocoolers w/ at least 100 mW of cooling power at 4K: QTY 4 each.
0002: Mechanical cryocoolers w/ at least 200 mW of cooling power at 4K: QTY 2 each

(v) Description of requirements for the items to be acquired:
The Quantum Information and Terahertz Technology project at National Institute of Standards and Technology (NIST) requires several mechanical cryocoolers for cooling electronics, optics, and other stages of refrigeration down to temperatures below 4K. The systems are needed for internally and externally funded programs that require the development of a cryogenic systems to operate superconducting single photon detectors.


The Contractor shall provide a total of six (6) mechanical cryocoolers that meet the following minimum technical requirements:

Technical Requirements

The items to be purchased are four mechanical cryocoolers with at least 100 mW of cooling power at 4K and two mechanical cryocooler with at least 200 mW of cooling power. The mechanical coolers will be embedded into a cryostat so that optical detectors, electronics, optics will be cooled temperature below 4K. The system is intended to operate as a closed system, eliminating the need for external cryogenic liquids for cooling.

Four of the systems must meet the following specifications:
• Each system must use a Sumitomo RDK-101D cold head or equivalent
• The cooling power must be >100mW at 4K
• The coldest stage of the cryocooler must reach temperatures below 3K with no heat load
• The system must use a air-cooled compressor
• The compressor must use single phase 120 VAC power
• One year warranty
• PARTS MUST BE INTERCHANGEABLE WITH EXISTING SUMITOMO RDK-101D COLD HEAD

Two of the systems must meet the following specifications:
• Each system must use a Sumitomo RDK-101D cold head or equivalent
• The cooling power must be >200mW at 4K
• The coldest stage of the cryocooler must reach temperatures below 3K with no heat load
• It is preferred that the system use a water-cooled compressor
• It is preferable for the compressor to use single phase 120 VAC power. However, 208 VAC power is acceptable
• One year warranty
• PARTS MUST BE INTERCHANGEABLE WITH EXISTING SUMITOMO RDK-101D COLD HEAD


(vi) The requested delivery is 8 weeks ARO. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.

(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.

(x) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

(xi) 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 and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set-Aside of Orders
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;
52.222-36, Affirmative Action for Workers and Disabilities
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-3, Buy American Act - Free Trade Agreements;
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
1352.201-72. Contracting Officer's Representative (COR)

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


(xii) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.

(xiii) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html


(xv) 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 [email protected].

(xvi) Please direct any questions regarding this solicitation to Angela Hitt at [email protected] no later than 11:00 a.m. Mountain Time, Thursday, August 28, 2014.

Bid Protests Not Available

Similar Past Bids

Institute West virginia 08 Aug 2018 at 11 PM
Batavia Illinois 04 May 2023 at 4 PM
Menlo park California 05 Jun 2025 at 4 PM
Menlo park California 25 Jun 2025 at 6 PM
Institute West virginia 21 Dec 2015 at 10 PM

Similar Opportunities

Kirtland air force base New mexico 08 Jul 2025 at 6 PM
Baltimore Maryland 08 Jul 2025 at 12 AM
Pennsylvania 02 Aug 2025 at 4 AM (estimated)
Pennsylvania 02 Aug 2025 at 4 AM (estimated)
New york New york 19 Sep 2028 at 4 AM (estimated)