Cryostat Maintenance
ID: NB688000-25-00105Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The National Institute of Standards and Technology (NIST) is seeking to negotiate a sole source contract for maintenance services of its Montana Instrument Cryostat, specifically requiring the replacement of the cryocooler and compressor adsorber. This maintenance is critical as the cryostat is a specialized piece of equipment originally manufactured by Montana Instruments, and only the original manufacturer possesses the necessary expertise to service it without risking damage or complete failure. Interested parties that can demonstrate their capability to fulfill these requirements must submit their qualifications in writing to Angela Hitt at angela.hitt@nist.gov by the specified response date, with an estimated award date of November 17, 2024.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Cryostat Maintenance
    Currently viewing
    Special Notice
    Similar Opportunities
    Oil-free Helium Recirculating Compressor
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking information from vendors capable of providing an oil-free helium recirculating compressor for use in a closed-cycle flow cryostat system. The compressor must meet specific technical requirements, including an output pressure exceeding 110 psig, a minimum flow rate of 25 standard liters per minute, and a leak rate no greater than 5 x 10^-5 mbar liters per second, while ensuring gas tightness and employing mechanical compression without oil. This procurement is crucial for advancing precision and reliability in cryogenic technology, and interested organizations should submit their capability statements to Angela Hitt at angela.hitt@nist.gov by 1 p.m. MST on October 23, 2024, as no proposals or quotes will be accepted at this time.
    Notice of Intent (NOI) to Sole Source: Ultra-High Vacuum Translators
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to noncompetitively acquire ultra-high vacuum translators to establish a new scanning probe microscopy (SPM) laboratory in Gaithersburg, Maryland. The procurement requires specific mechanical units, including a Rack and Pinion Rotary Linear translator and a single-axis translator, which must be identical and interchangeable with existing equipment from Thermionics Northwest, Inc. This compatibility is crucial for maintaining vacuum integrity and operational continuity between the two laboratories, which are used for characterizing quantum materials at atomic resolution. Interested parties that believe they can meet the requirements are encouraged to respond by providing their capabilities and relevant information to Cielo Ibarra at cielo.ibarra@nist.gov, as no solicitation document will be issued for this opportunity.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Hardware and Software upgrade for IMS 1280
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking information from potential vendors for a hardware and software upgrade for the IMS 1280 mass spectrometer. The procurement aims to enhance the instrument control software and computer systems, including necessary cables and OEM software, along with a software manual. This upgrade is crucial for maintaining the operational efficiency of the analytical laboratory instrument, which plays a significant role in various scientific applications. Interested parties are encouraged to submit their capabilities and relevant information to Don Graham at deg@nist.gov by the specified response date, as NIST anticipates issuing a Request for Quotation in early FY2025, with contract awards expected by the third quarter of FY2025.
    Intent to Sole Source Notice: Vibration and Post-Vibration Verification Testing of the 20W 20K Cryocooler
    Active
    National Aeronautics And Space Administration
    NASA's Glenn Research Center is seeking to modify an existing sole source contract for vibration and post-vibration verification testing of the 20W 20K Cryocooler. The primary objective is to enhance the technology readiness level of the cryocooler, which is critical for ensuring its reliability in future NASA missions. The contractor will be responsible for designing and fabricating a vibration test fixture, conducting comprehensive testing, and documenting all findings to support NASA's requirements. Interested organizations must submit their capabilities and qualifications to Linda Nabors at linda.m.nabors@nasa.gov by 5:00 EDT on October 25, 2024, as the government will evaluate submissions to determine if a competitive acquisition is warranted.
    1 yr service coverage of Durachill Chiller, NexION 5000, and MAS Software - SEE DESCRIPTION (G4-261007.1)
    Active
    Energy, Department Of
    The Department of Energy, through Argonne National Laboratory, is seeking qualified vendors to provide service coverage for a Durachill Chiller, a NexION 5000 non-cleanroom model, and MAS software for a one-year period. The procurement includes maintenance and repair services, with specific coverage dates from October 27, 2024, to October 26, 2025, and stipulates one preventive maintenance visit and one repair visit per year for the chiller and NexION 5000, along with unlimited repair service for the MAS software under a Bronze Service Plan. This opportunity is critical for ensuring the operational efficiency and reliability of laboratory equipment essential for research and development activities. Interested suppliers must submit their firm fixed-price quotations by October 22, 2024, at 10:00 AM CST, and can direct inquiries to Annette Wegrzyn at awegrzyn@anl.gov or by phone at 630-252-2794.
    Notice of Intent for Meso Scale Discovery Sector S 600 Readers Service Contract
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source maintenance service contract with Meso Scale Diagnostics LLC for the servicing of MESO SECTOR S 600MM instruments located at its Gaithersburg, MD facility. The contract encompasses several service packages, including preventive maintenance inspections, repairs, and pre-contract inspections for specific instruments, with maintenance services set to commence between October 24, 2024, and April 17, 2025, and concluding on May 5, 2025. This procurement is critical for ensuring the operational reliability of laboratory equipment essential for research, and it mandates that vendors provide factory-trained technicians and OEM specification parts. Interested vendors must submit their capability statements and relevant documentation via the NIAID electronic Simplified Acquisition Submission System (eSASS) by 10:00 AM on October 18, 2024, as this opportunity is not a request for proposals.
    Applicare Support & Maintenance Services
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to procure Applicare Support & Maintenance Services through a sole-source contract with Louisville Lightspeed Project Management, LLC. This procurement includes software renewal, security patches, upgrades, technical support for troubleshooting, and 120 hours of assistance with product customization and installation for the Applicare software, which is essential for performance monitoring of web applications via synthetic transactions. The contract is set to run for one year, from January 1, 2025, to December 31, 2025, reflecting NIST's commitment to maintaining efficient web application performance monitoring. Interested parties may submit their capability statements within 10 days of the announcement, and for further inquiries, they can contact Gina Lee at gina.lee@nist.gov or call 301-975-8334.
    Service and Maintenance on 5 Liconic CO2 incubators
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide service and maintenance for five Liconic CO2 incubators utilized in Alzheimer’s research. The procurement includes comprehensive maintenance and repair support, which encompasses preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. This contract is crucial for ensuring the operational integrity of essential research equipment, thereby supporting ongoing Alzheimer’s research efforts at the NIH facility in Bethesda, Maryland. Interested parties must submit their proposals by 9:00 a.m. Eastern Daylight Time on October 22, 2024, referencing solicitation number 75N95025Q00002, and can direct inquiries to Emily Palombo at emily.palombo@nih.gov.
    Notice of Intent to Sole Source B215 HEPA PCAS
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with Burdette Koehler Murphy Associates Inc. (BKM) for Post Construction Award Services (PCAS) related to the Building 215 Clean Room HEPA Filter Replacement Construction Project. The contract will encompass essential services such as on-site construction observation, design issue resolution, and quality assurance inspections, leveraging the design work previously completed by BKM under an earlier task order. This procurement is critical for ensuring compliance with Maryland's professional engineering requirements and maintaining the integrity of the construction project. Interested parties may express their interest and capabilities via email to tamela.lewis@nist.gov, as no solicitation package will be issued, and the contract value is not specified.