The RFP Database
New business relationships start here

Cryogenic Dunk Probe


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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.

This solicitation, NB686020-15-00537 issued as a request for quotation (RFQ).


This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79.


This solicitation is a Small Business Set-Aside. NAICS Code is 334513, Small business size standard is 500 employees.


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


0001: Built and assembled Cryogenic Dunk Probe



Description of requirements for the items to be acquired:


NIST's participation in IARPA's Cryogenic Computing Complexity (C3) program requires test and evaluation of performer's digital superconducting logic circuits. NIST is requesting the purchase of a Cryogenic Dunk Probe (CDP) for this testing. The CDP will be designed for daily operation and will hold a cryopackaged superconducting logic chip with multiple input and output electrical connections. The sample end of the probe will be inserted into a 3" neck Liquid Helium (LHe) dewar in order to submerge the sample into the liquid during the electrical testing. Easy removal of the probe from the dewar and quick warmup of the assembly allows for successive samples to be mounted and tested quickly.


The CDP shall be designed and built by the vendor but will incorporate a cryogenic flex connector (the flex) which will be designed and built by NIST. This procurement includes coordination of the probe and flex designs and incorporation of the NIST flex into the final delivered CDP.



The Contractor shall provide one (1) Cryogenic Dunk Probe (CDP) that meets or exceeds the following minimum technical requirements:


Technical Requirements


1. Mechanically compatible with the standard Cryofab Inc. CMSH-100 type dewar with 3" neck diameter that is commonly used for these type of experiments the United States. This compatibility will enable quick thermal cycling (cooldown and warmup), allowing us to measure multiple test chips per day.
2. Total length of the probe from the highest position of the sliding flange to the bottom of the probe must be 46" minimum. This is so the probe can reach the bottom of the dewar. The location of the test chip shall be no more than 4" from the bottom of the probe. Distance from the coax connections on the signal box to the bottom of the probe must be a minimum of 50" to ensure access is not impeded by the top ring of the dewar that protects the manifold area. Total length of the probe cannot exceed 54" in order for the probe to be removed from the dewar and still clear the 9' ceiling of the lab.
3. 2.50" maximum outer diameter for the entire submergible length of the probe
4. Fiberglass or stainless steel main body tube with sealed gas manifold at warm end and 1 PSI pressure relief to control/reduce LHe heat load.
5. Input/Output (I/O) signal box for 20 high speed (20 GHz capability) electrical connections, 20 additional low speed (0-5GHz capability) electrical connections, and 14 or more additional DC (0-100kHz) electrical connections to the sample area.
6. Cryogenically-compatible, semi-rigid coax cables with SMA connectors at the top (room temperature end) and SMP or other >20GHz-capable coax connectors at the 4K stage. Coax materials shall be matched to minimize thermal voltage differences that will lead to currents and possibly trapped flux in the test chips at 4K.
7. The coax cable type and probe design shall be optimized to minimize the parasitic thermal load as well as the 20 GHz signal transmission loss to the sample. The parasitic thermal load is determined by the LHe boil-off rate when the probe is inserted into the LHe, with no test sample dissipation; maximum allowable LHe boil-off due to the fully-inserted probe shall be 6 liters per 12 hours (~500 mW) dissipated in the helium bath.
8. Vendor shall coordinate the coax design with design of the NIST-supplied flex. Flex is defined as a 20 GHz compatible PCB designed to connect the 40 I/O signals to the test chip. Vendor is expected to integrate/assemble the flex on the probe and to work with NIST to demonstrate all signals make contact to a test chip.
9. The CDP as delivered shall be convertible to test larger sample sizes (1cm2) and/or convert the 20 low speed lines to high speed lines by modifying only the coax to sample flex interface, sample positioner, and sample mount.
10. Incorporate at least 2 nested, high permeability (r>10,000 at temperature=4K), 0.04" thick magnetic shields that are spaced such that a 3rd superconducting shield supplied by NIST can nest between them with a minimum of 0.01" air gap spacing between each of the 3 shields. Dimensions for the superconducting shield will be provided by NIST. Note: NIST will confirm permeability of the 2 nested non-superconducting shields by measurement at 4K.
11. Incorporate best practices shielding for EMI.
12. Design shall include a removable "sample mounting fixture" at the end of the probe to allow fast and easy manual sample changes on the bench. Additional fixtures will be ordered and are required to be interchangeable.
13. Install a calibrated, non-magnetic temperature sensor near the sample area, to be provided by NIST. Temperature range of sensor shall be 1.4K-300K, minimum. NIST will provide temp sensor and readout electronics. (Lake Shore DT-621-HR (Calibrated)).
14. Design shall be able to sustain the electrical, thermal, and leak performance for >1000 thermal cycles with the exception of the flex to sample connections. (1 cycle per day*5 days/week*5 years=1300).
15. Fully assembled, leak-checked, thermal performance verified, and DC-electrically tested by vendor. The probes will be electrically tested at high-speed (20 GHz at 4K) at NIST, Boulder.
16. Delivery of <15 weeks, ARO.
17. Probe comes with fitted shipping crate
18. Spare parts:
• 1 extra set of magnetic shields (2 shields)
• 2 additional assembled sample mounting fixtures. Flex to be provided by NIST.



Vendor Experience Requirement


The specialized nature of this device requires that proposer must demonstrate at least 10 years of experience manufacturing cryogenic test probes for scientific and engineering R&D and at least 3 years of experience designing such probes for the testing of high speed digital superconducting electronics. Sufficient details to verify compliance with this requirement must be part of any response to this RFQ.


The requested delivery is broken down according to the deliverable schedule. FOB Destination for delivery to NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award.


Deliverable Schedule


1) Preliminary design review (PDR): The PDR shall be held no later than 3 weeks after receipt of order (ARO). As part of the PDR, vendor shall provide NIST with preliminary CDP system design including:
a. Solid models in SolidWorks SLDASM and SLDPRT (not STEP) format, of the overall CDP demonstrating compliance with technical requirements 1, 2, and 3.
b. Calculations supporting the cryogenic performance compatible with technical requirement 7.
c. Identification of the components used in the high speed electrical connections to demonstrate compliance with requirement 6.
d. Solid models in SolidWorks SLDASM and SLDPRT (not STEP) format of the proposed connections between the vendor-supplied coax and the NIST-supplied flex in sufficient detail to allow NIST to proceed with a preliminary flex design.
Acceptance of PDR submission by NIST shall allow vendor to proceed with final design.


2) Final Design Review (FDR): The FDR shall be held no later than 5 weeks after acceptance of the PDR submission by NIST. At the FDR the vendor shall provide NIST with:
a. Solid models in SolidWorks SLDASM and SLDPRT (not STEP) format in sufficient detail to allow manufacture of the system.
b. Solid models in SolidWorks SLDASM and SLDPRT (not STEP) format of the final interface between the coax and flex reflecting any design iterations between the vendor and NIST which have occurred since the PDR.
c. Solid models, calculations and/or measurements reflecting resolution of the magnetic shield design as delineated in technical requirement 7.
Acceptance of the FDR submission by NIST shall allow the vendor to proceed with CDP manufacture.


3) Acceptance test at vendor facility: Vendor shall test the completed CDP at the vendor's facility prior to shipment. NIST shall have the option to witness tests. Test data provided to NIST shall include:
a. Leak test data verifying a leak rate < 1x 10-7 mbarL/s
b. Boiloff data verifying compliance with technical requirement 7.
c. Verification of DC electrical performance.
Acceptance of the vendor facility test data by NIST shall allow vendor to ship system.


4) Acceptance testing at NIST. The CDP shall be tested at NIST to verify performance of the high speed lines. Successful test at NIST shall be the criteria for payment to the vendor.
Acceptance test at NIST Boulder shall be completed no later than May 1, 2015 to allow for prompt measurement of superconducting circuits which will be available before that time.



Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI
1) Design of cryogenic flex connector (the flex).
2) The cryogenic flex connector itself.
3) The superconducting magnetic shield as described in technical requirement 10.
4) Confirmation of magnetic shield effectiveness by measurement as described in technical requirement 10.
5) Lakeshore DT-621-HR temperature sensor and readout electronics as described in technical requirement 13.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the vendor experience requirements along with the technical requirements and deliverable schedule. Quote should not include cost of shipping. It will be charged to NIST's UPS or FED EX account.


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 (v). Technical and past experience/performance are more important than 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 QUOTATION IS DEEMED TO REPRESENT THE BEST VALUE TO THE GOVERNMENT.


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.


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


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; w/ iii Alternate II
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

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.
The following provisions and clauses are also applicable to this acquisition: NIST LOCAL-04, CAR 1352.209-73, CAR 1352.209-74, CAR 1352.213-70, CAR 1352.215-70, CAR 1352.233-70, CAR 1352.233-71.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html



The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Wednesday, January 7, 2015, 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 angela.hitt@nist.gov.


Please direct any questions regarding this solicitation to Angela Hitt at angela.hitt@nist.gov no later than 11:00 a.m. Mountain Time, Wednesday, December 31, 2014.


Angela L. Hitt, Phone 3034977305, Email angela.hitt@nist.gov - Trish Bullington, Phone 3034973106, Email patricia.bullington@nist.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP