Electric Discharge Machining (EDM) chillers
ID: NB136000-24-02956Type: Special Notice
Overview

Buyer

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

NAICS

Machine Tool Manufacturing (333517)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The National Institute of Standards and Technology (NIST) is issuing a special notice of its intent to award a sole-source contract to GF Machining Solutions LLC for the upgrade and repair of portable chillers used in Electric Discharge Machining (EDM) systems.

    The Fabrication Technology Office (FTO) at NIST in Gaithersburg, Maryland, requires these chillers to restore full functionality after a recent failure. As GF Machining is the original manufacturer of the EDM systems, it is the only company that can provide the specialized chillers required for optimal performance.

    This acquisition falls under the Machine Tool Manufacturing NAICS code 333517, with a small business size standard of 500 employees. NIST emphasizes that this is not a solicitation and that it reserves the discretion to determine whether to compete the proposed acquisition.

    Interested parties should respond by 8:00 a.m. Eastern Time on August 2, 2024, clearly demonstrating their ability to meet the stated requirements. The contact person for this opportunity is Prateema E. Carvajal, who can be reached at prateema.carvajal@nist.gov or by phone at 3019754390.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Planar Junction Deposition System
    Active
    Commerce, Department Of
    The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking quotations for a Planar Junction Deposition System to enhance its capabilities in depositing superconducting junctions at the Boulder Micro-fabrication Facility. The procurement includes the supply, installation, and training for a system that meets strict ISO Class 5 cleanroom standards and operates efficiently at high altitudes, with a focus on rapid pump down times and film deposition uniformity. This advanced semiconductor machinery is critical for various programs, including the Josephson Voltage Standard, ensuring NIST maintains cutting-edge research capabilities. Interested vendors must submit comprehensive quotations by the specified deadline, with inquiries directed to Lia M. Arthofer at lia.arthofer@nist.gov or 303-497-3870, and Clifford Nicholson at clifford.nicholson@nist.gov or 303-497-5185.
    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.
    Planetary Centrifugal Mixer
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking quotations for a planetary centrifugal mixer to enhance the preparation of composite material samples critical for accurate performance studies in infrastructure materials. The mixer must operate at user-selectable speeds between 1000 to 2000 RPM, accommodate specimen weights from 30 g to 500 g, and include features such as real-time torque and speed readouts, a secure lid, touch screen controls, and auto-balancing capabilities. This procurement is vital for improving metrology and sample preparation techniques, with quotations due by August 30, 2024, and inquiries accepted until August 27, 2024. Interested parties should contact Collin Randall at collin.randall@nist.gov or 301-975-6728 for further information.
    ON-LINE SUBSCRIPTION WEB OF SCIENCE
    Active
    Commerce, Department Of
    Special Notice: Commerce, Department of, National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with Clarivate Analytics for the acquisition of the Web of Science Database. The database will be used in the NIST Library and Museum on the NIST campus in Gaithersburg, MD. The Web of Science Database, which includes Science Citation Index Expanded, Technology Fee, and Conference Proceedings Citation Index, is essential for impact analysis to measure NIST research outputs. Clarivate Analytics is the only known vendor capable of providing the online subscription to Web of Science. Responses will be considered by the Government until December 15, 2023, 8:00 am, ET.
    Acid Wet Bench
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking information from commercial vendors capable of providing an acid handling wet bench to support nanofabrication processes at its Center for Nanoscale Science and Technology (CNST) in Gaithersburg, Maryland. This procurement aims to replace a broken system currently used as a shared resource for researchers from various sectors, including industry, academia, and government agencies. The acid wet bench is a critical piece of laboratory equipment designed for safely handling concentrated acidic solutions, and it must meet specific technical specifications outlined by NIST. Interested vendors should submit their responses, including company details and product capabilities, to the primary contact, Jenna Bortner, at jenna.bortner@nist.gov, preferably before the specified deadline.
    Cryogen Free Superconducting Magnet
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is soliciting quotes for a Cryogen Free Superconducting Magnet System under Request for Quote (RFQ) number 1333ND24QNB680538. This procurement aims to acquire a single unit of the superconducting magnet system, which is critical for enhancing quantum measurement capabilities and supporting the dissemination of electrical standards. The system must meet specific technical requirements, including a maximum temperature of 1.6 K and a magnetic field capacity of ±14 tesla, with delivery expected within 12 months and a two-year warranty post-delivery. Interested suppliers must submit their quotes electronically by the extended deadline of August 18, 2024, and can direct inquiries to Ranae M. Armstrong at ranae.armstrong@nist.gov or Donald Collie at donald.collie@nist.gov.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    Notice of Intent - Sole Source - Stratasys
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure maintenance services for the Stratasys Objet500 Connex3 3D printer on a sole-source basis from Stratasys. This procurement is essential for the continued operation of the printer, which is critical for hydrodynamics testing and is expected to be heavily utilized over the next four years. The maintenance contract, known as "Emerald Care™," includes comprehensive support services such as phone assistance, on-site visits, preventative maintenance, parts replacement, and software updates, ensuring the printer remains operational and secure. Interested parties may submit their capabilities statements by September 18, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil or by phone at 301-312-3357.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.