SOLICITATION NOTICE
66 -- Micrometer Precision, Large Working Volume, Six (6) Degree of Freedom Stewart Platform
- Notice Date
- 5/28/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334519
— Other Measuring and Controlling Device 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-0536
- Response Due
- 6/11/2004
- Archive Date
- 6/26/2004
- Point of Contact
- Erin Schwam, Contract Specialist, Phone 301-975-6304, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
- E-Mail Address
-
Erin.Hawley@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 2001-23. ****The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This acquisition is 100 percent set aside for small business. In accordance with the Federal Acquisition Regulation (FAR) Sub-Part 19.5 Set-asides for Small Business, the manufacturer AND distributor must be classified as small business in order to be considered for award. Reference Numbered Note 1. **** The National Institute of Standards and Technology (NIST) has a requirement for one (1) commercially available Micrometer Precision, Large Working Volume, Six (6) Degree of Freedom miniature Stewart Platform to be used by NIST?s Manufacturing Metrology Division in the Geometry Measuring Machine (GEMM) as a way to measure the figure of a new class of optic based on free form surfaces. All interested parties shall provide a quote for the following line items: ****LINE ITEM 0001: Quantity one (1) each micro-motion Stewart Platform and controller with the following required specifications: **Six (6) degrees of freedom Stewart Platform with a 100 mm x 100 mm x 50 mm high work volume, with 10 kg or greater table weight capacity, and capable of moving repeatedly to, and holding - very precisely - positions anywhere within the work volume; **Built-in high level programming language for positioning the Platform?s table to precisely move a micro-interferometer, which is fastened to the hexapod?s table, on the surface of virtual spheres with radii ranging from less than 50 mm to infinity (flat surface). The end user shall be able to simply input the radius of a sphere, and with the center at an arbitrary user specified location. The software shall also be capable of allowing positioning the interferometer exactly tangent to the local surface. **Multiple gear head motors shall used for extending or contracting the suspension struts to position the Platform table. The motors shall be easily turned off once a new position is reached. The inertia of the gear head shall hold the stage exactly in that position; **The platform must fit within the existing Platform space of the NIST GEMM frame (250 mm x 250 mm x 330 mm high) **WORK VOLUME: The X and Y axis travel is plus or minus 50 mm, the Z axis travel is plus or minus 25 mm or greater, and the Rx and Ry travel is 12 degrees or more; **REPEATABILITY: X and Y axis is equal to plus or minus 2 micrometers Z axis equal to plus or minus 1 micrometer or less, and Rx, Ry, and Rz equal to plus or minus 20 micro-radian or less; **MININIMUM INCREMENTAL MOTION: X axis and Y axis equal 3 micrometers, the Z axis equals 1 micrometer, Rx, Ry, and Rz equal 5 micro-radians. ****LINE ITEM 0002: Technical support with the following required specifications: ** Warranty shall be for twelve (12) months and cover all components and software; **The Contractor shall provide telephone and email support communications within the warranty period. Minimum acceptable response times are: 8 hours for telephone and email responses.**** ****DELIVERY SHALL BE FOB DESTINATION and shall be completed in accordance with the Contractor?s Commercial schedule. 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 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience; and the 4) Price. Technical Capability, and Past Performance, when combined, is more important than the Price. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. Quotes shall clearly identify the maximum performance under those specifications where the Government has identified a preference. In determining best value, the Government will give strongest consideration to meeting the technical specifications including the unit size. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on information obtained from the references provided IAW FAR 52.212-1(b)(10) and/ or information obtained from federal or commercial sources identified. Quoters shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number and email address of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of the vendor?s experience in successfully providing comparable, commercially available platforms for the types of applications described herein. Information on past experience may be obtained from references. ****The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 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: (13) 52.212-3 Convict Labor; (14) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (15) 52.222-21, Prohibition of Segregated Facilities; (16) 52.222-26, Equal Opportunity; (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (18) 52.222-36, Affirmative Action for Workers with Disabilities; (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004) with Alternate II; (24) 52.225-13, Restrictions on Certain Foreign Purchases; (29) 52.232-33, Payment by Electronic Funds Transfer? Central Contractor Registration (May 1999)(31 U.S.C. 3332); 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984); and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) 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 should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Erin M. Schwam, Building 301, Room B175, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. ****Submission must be received by 3:00 p.m. local time on June 11, 2004. FAXED AND EMAILED QUOTATIONS SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: NIST, 100 Bureau Drive, Building 301 Shipping and Receiving, Gaithersburg, MD
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00594332-W 20040530/040528211723 (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 |