SOLICITATION NOTICE
66 -- Theta/2-Theta Goniometer/Encoder System
- Notice Date
- 3/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- SB1341-04-Q-0287
- Response Due
- 4/2/2004
- Archive Date
- 4/17/2004
- Point of Contact
- Jennifer Roderick, Contract Specialist, Phone 301-975-8173, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
- E-Mail Address
-
Jennifer.Roderick@nist.gov, Patrick.Staines@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-20.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. ******For the purpose of this acquisition, NIST will be using the Small Business Cascading Evaluation Preference Process, a streamlining process that has been endorsed by the Small Business Administration and has been used successfully by several federal agencies. The cascading approach permits the government to continue the acquisition process without disruption in the event a sufficient number of qualified small business participation is not realized. Large businesses are put on notice that, if a sufficient number of eligible small business offers are received, large business proposals received will not be considered for award. If offers from qualified small business concerns are not received for the equipment specified within the solicitation, the award will be made on the basis of a "full and open" competition from among all the responsible businesses submitting offers. *** ***The Contractor and their manufacturer must qualify as a small business under the NAICS code specified in order to receive preference under this small business cascading evaluation preference process. ******The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Theta/2-Theta Goniometer/Encoder System to be used in the Physics Laboratory at NIST, Gaithersburg, MD. ******All interested offerors shall provide a quote for the following line items: Line Item 0001: The Contractor shall furnish one each Theta/2-Theta Goniometer Encoder System. The Theta/2-Theta Goniometer/Encoder System shall consist of 2 Precision Goniometers (Theta and 2-Theta), with separate optical encoders, with the Theta-Goniometer/Encoder mounted on top of the 2-Theta-Goniometer/Encoder. When the 2-Theta-Goniometer is driven, the Theta-Goniometer moves with the 2-Theta arm and the Theta shall be driven in reverse to counteract the 2-Theta motion to achieve independent absolute motions of the two Goniometers. The 2-Theta-Goniometer/Encoder (lower) shall meet or exceed the following technical requirements: (1) Shall have a diameter of 400mm; (2) Shall have an axial load capacity of at least 20,000 Newtons; (3) Shall be provided with a steel top plate with a maximum through hole of 260mm and have a gear ratio of 1:360 so 1 revolution of the dial is 1 degree 2-Theta; (4) Shall have a 500mm 2-Theta arm with counterweight arm and counterweight; (5) Shall be provided with a 1 to 20 gear reducer and a Slo Syn MO92 stepping motor providing a step size of 1/8000 of a revolution in the half step mode; (6) A dial shall be provided with rotation readings on both the worm shaft and the gear reducer; (7) Shall have an optical encoder mounted inside the Goniometer with an absolute accuracy of at least +/-0.2 arc seconds with AWE 1024 included. The Theta-Goniometer/Encoder (upper) shall meet or exceed the following specifications: (1) Shall be mounted on top of the Theta-Goniometer/encoder with a diameter of 290mm; (2) Shall have an axial load carrying capacity of at least 10,000 Newtons; (3) Shall have the same gear ratio as the 2-Theta-goniometer/encoder (lower) with a 1 to 20 gear reducer and MO92 stepping motor; (4) Shall have an optical encoder mounted inside the Goniometer with an absolute accuracy of at least +/-1 arc second. Both Goniometers shall meet or exceed the following specifications: (1) Shall have zero point controls that give a 12V pulse for every degree and 360 degrees of motion as a reference signal; (2) Shall have adjustable limit switches; (3) Shall have a spring-loaded worm that can be disengaged for alignment and adjustment; (4) The resolution of both Goniometers shall be 0.000125 in half step mode; (5) The motors shall be compatible with micro stepping drivers; (6) Eccentricities: Theta less than 2 microns (Combination less than 15 microns); (7) Wobble: 2 arc seconds for the 2-Theta, 3 arc seconds for Theta, 5 arc seconds for both axes; (8) Display will be provided to show visual angle in arc seconds for both Theta and 2-Theta and the display will have a RS232 interface to computer control; (9) Shall be of the double bearing design to accommodate off center loads without distortion; (10) Shall come with an angle error protocol to prove the maximum deviation from the desired position is less that +/-10 arc seconds; (11) Shall be mounted on a rectangular plate with 4 adjustable feet for alignment; (12) Mounting holes for sample holders shall be provided on Theta-Goniometer.***Delivery shall be FOB DESTINATION and be made within 4 months or less after receipt of order (ARO). ******The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ******The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price, quality, and other factors considered. The following will be used to evaluate quotations: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past experience in providing equipment that meets similar requirements, which will be evaluated by the following: What has the offeror done in the past 3-5 years? How many times did this offeror provide Goniometer/Encoders of this sort? And how is the experience relevant to this Theta/2-Theta Goniometer/Encoder system; 3) Past Performance which will be evaluated by reference checks and/or the offeror's recent and relevant past performance on contracts with NIST or its affiliates regarding that the offeror has a demonstrated record of providing commercial items that meet specifications, delivering commercially available items on time and within a reasonable time frame, offeror has been responsive to Government inquiries, and offeror has been cooperative in effectively solving unforeseen problems; and 4) Price. Evaluation factors 1, 2 and 3 when combined are more important than price. ******The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ******The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (1) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (11) 52.222-21 Prohibition of Segregated Facilities; (12) 52.222-26 Equal Opportunity; (13) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36 Affirmative Action for Workers with Disabilities; (15) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19)(i) 52.225-3 Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act; (21) 52.225-13 Restriction on Certain Foreign Purchases; and (29) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. ******All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. ******All quotes must be received not later than 3:00 PM local time, on April 2, 2004 to the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery must be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus must assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.) If 24 hour notification was not provided, it is suggested you?re your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted. *** Number Notes 1.
- Place of Performance
- Address: 100 Bureau Drive, Mail Stop 3571, Gaithersburg, MD
- Zip Code: 20899-3571
- Country: USA
- Zip Code: 20899-3571
- Record
- SN00549503-W 20040320/040318213433 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |