Federal Bid

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

Large Cryogenic Cooler

Solicitation ID NB686040-14-03820
Posted Date 19 Aug 2014 at 11 PM
Archive Date 16 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Nist
Agency Department Of Commerce
Location Institute West virginia United states

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, NB686040-14-03820 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) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Offerors may submit a quotation.
(iv) This combined synopsis/solicitation is for the following commercial item(s):

0001: Large Closed-Cycle Cryogenic Cooling System QTY 1 each
0002: Shipping

 

(v) Description of requirements for the items to be acquired:

National Institute of Standards and Technology (NIST) requires a closed-cycle cryogenic cooling system to augment the cooling of a 200mW 4K cryocooler. This new cooling system will be attached to the cold stage of the existing cryocooler and will allow us to reach a base temperature of 1 K, below the 3 K achievable with the mechanical cryocooler. The new system will be used with superconducting single photon detectors that require operating temperature of 1K. This system will allow us to operate our newly developed tungsten-silicon superconducting nanowire single-photon detectors (SNSPDs) as part of a DARPA program that must be completed within a year.

This new cooling system will be attached to the cold stage of the existing cryocooler and will allow NIST to reach a base temperature of 1 K, below the 3 K achievable with the mechanical cryocooler.

The Contractor shall provide one (1) Large Closed-Cycle Cryogenic Cooling System that meets the following minimum technical requirements:

Technical Requirements

. The system must meet the following technical specifications:

1. Cold stage base temperature less than 1K or colder
2. Run time: at least 12 hours continuously with 1 milliwatt thermal load at 1K or colder
3. Cycle time (< 1K to 4 K to < 1K): less than 90 minutes
4. Fully compatible with a mechanical cryocooler with 200 mW cooling power at 4.2 K
5. RuO2 thermometer fitted to the base plate
6. Diode thermometry to pumps and switches supplied by vendor
7. All wiring carried to an MDM micro-D connector, or equivalent, mounted on unit
8. The entire unit must be less than 12 inches tall, and no more than 5 inches in diameter.
9. The system (or similar units) must have a demonstrated record of being used to cool devices to 1K.
10. The manufacturer must have sold similar units and have a track record of good after-market customer support, e.g., repairs and spare parts. References/past customers must be available upon request.

(vi) The requested delivery is 12 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.

Offerors shall complete annual representations and certifications on-line at www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012)

(1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that-

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offeror represents that, as of the date of this offer -

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.


(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability.

(End of provision)


(x) 52.204-13, System for Award Management Maintenance

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

(xii) 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:

52.219-28, 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;
52.22-36, Affirmative Action for Workers with Disabilities;
52.223-18, Contractor Policy to Ban Text Messaging While Driving;
52.225-1, Buy American Act - Supplies;
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

1352.246-70, 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


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

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


(xvi) 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].

(xvii) 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 19 Aug 2014 at 10 PM
Institute West virginia 29 Jul 2015 at 5 PM
Location Unknown 28 Aug 2015 at 7 PM
Location Unknown 28 Jul 2009 at 2 AM
Institute West virginia 20 Dec 2014 at 12 AM

Similar Opportunities

Massachusetts 31 Jul 2025 at 3 AM
Los angeles California 11 Jul 2025 at 4 PM
Jamestown Kentucky 11 Jul 2025 at 4 PM
Arlington Virginia 20 Aug 2025 at 8 PM
Arlington Virginia 20 Aug 2025 at 8 PM