SOLICITATION NOTICE
66 -- 4 AXIS COMPUTERIZED MOTION CONTROL SYSTEM
- Notice Date
- 7/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328
- ZIP Code
- 80305-3328
- Solicitation Number
- NB848060014KAR
- Response Due
- 8/10/2006
- Archive Date
- 8/11/2006
- Description
- The U.S. Department of Commerce, National Institute of Standards & Technology (NIST) proposes to negotiate on a sole source basis contract under the authority of 41 U.S.C. 253(c)(1) with Aerotech, Inc. for two 4 Axis Computerized Motion Control Systems. Each system shall be a complete 4 axis computer-controlled, linear servo-motor based positioning systems, comprised of three stages of 50 mm travel and one stage of 200 mm travel, a motion controller/amplifier chassis, and associated cables and software, for construction of a multi-axis interferometry experiment. All four linear stages must meet the following specified values: 1. Bidirectional repeatability: plus/minus 100 nm or better. 2. Minimum incremental motion: 30 nm or smaller. 3. Encoder period: 20 microns or smaller. 4. Position stability: plus/minus 10 nm or better. 5. Pitch/yaw: 50 microradians or better for all four axes. 6. Accuracy: plus/minus 0.5 microns or better, over the entire travel of the stage. Our market research has concluded only Aerotech?s components meet the following requirements: a. Stage design: We require compact stages capable of highly precise and accurate positioning at the submicron scale, which do not employ a motor external to the motion table. To be compatible with the design of our experiment, all four stages must be usable in an inverted (upside-down) position without a loss of performance. Furthermore, the mounting surfaces of all four stages must be at the same height, and this height must not exceed 50 mm. b. The only technology that can meet these requirements are stages that employ center-mounted, direct-drive linear motors. Screw-driven stepper motor or servo-motor stages are not acceptable, because windup, stiction, and backlash effects in the drive-screw mechanism, limit their ability to consistently meet the positioning specifications. c. Each stage must utilize a non-contact linear encoder mounted inside the stage body between the roller guides, with a 20 micron or better resolution, with hardware multiplication to achieve a resolution value of 30 nm or better. This technology is required to verify the precision and accuracy of motion. ?Open-loop? systems, or systems in which the linear encoders are of lower than 20 micron resolution, or systems in which the encoder is mounted on the side of the stage, are not acceptable because they compromise the positioning accuracy. Interferometer-based positioning systems are also not acceptable because they will not be compatible with the mechanical and optical requirements of our design. d. Motion systems with stages of different heights are not acceptable because the experimental design requires hardware to be mounted at the same height at all four axes. e. Controller design: A single motion control unit must contain all servo amplifiers and signal processing hardware for the system, and must be usable with existing laboratory PCs. We require that only one cable 12 feet or longer connects each stage to the motion control unit. Stages that require multiple connectors to the control unit would compromise the compactness and reliability of the setup. Cable lengths of less than 12 feet are unacceptable, because they would place the RF-and heat-generating control unit near sensitive equipment, and thus compromise performance. We also require that computer-motion controller communication be accomplished via firewire, Ethernet, or serial interfaces without requiring the installation of specialized PCI cards. This requirement is to ensure that existing laboratory computers can be interfaced with the motion control system. Furthermore, the controller unit must be expandable so that it can control at least two more axes of motion for future experiments. f. Software: The motion control system must be usable with the MS Windows operating system, which is already installed on the existing computers in the laboratory. Furthermore, the system must be provided with Labview-drivers, so that it can be used with an extensive body of existing laboratory software already present in the laboratory. This procurement is being conducted per FAR Part 13, Simplified Acquisition Procedures (NTE $100K). This synopsis is issued for information only. No competitive solicitation is planned. Information submitted in response to this notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government's best interest and must address qualifications pertinent to this requirement. Any questions regarding this notice shall be submitted in writing to Ms. Rima (e-mail preferred). Anticipated award date is August 11, 2006.
- Place of Performance
- Address: 325 BROADWAY, BOULDER, CO
- Zip Code: 80305
- Country: UNITED STATES
- Zip Code: 80305
- Record
- SN01094774-W 20060723/060721220432 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |