Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
SOURCES SOUGHT

66 -- RECOVERY – Laser Pseudolite-based Tracking System

Notice Date
2/12/2010
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-10-SS41
 
Archive Date
3/13/2010
 
Point of Contact
Kim S Stavish, Phone: 301-975-2672, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
kim.stavish@nist.gov, patrick.staines@nist.gov
(kim.stavish@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - THIS IS NOT A REQUEST FOR QUOTATIONS. INFORMATION RECEIVED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY. THIS CONTEMPLATED PROCUREMENT IS ANTICIPATED TO UTILIZE THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) OF 2009 FUNDING IF IT IS DETERMINED THAT RESPONSIBLE SOURCES CAN SATISFY THE REQUIREMENT. All responsible sources are encouraged to respond to this notice; however, sources that do not respond shall not be precluded from responding to any subsequent solicitation. The National Institute of Standards and Technology (NIST) seeks to purchase a BRAND NAME Metris iSpace laser-based metrology system (8S configuration with SDK, Dynamic Tracking Kits, iSpace enabled articulated measuring arm, 6DOF laser tracker for calibration, additional accessories, and maintenance agreement) or EQUIVALENT. The Instrument must include the BRAND NAME or EQUIVALENT components below. Refurbished/Remanufactured items will not be considered. Responses from responsible sources should clearly establish capability of providing a BRAND NAME Metris iSpace Laser-based Metrology System or EQUIVALENT. After results of this market research are obtained and analyzed and specifications are developed for the system, NIST may conduct a competitive procurement. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that result would be conducted as a small business set-aside. Requirements for the BRAND NAME Metris iSpace Laser-based Metrology System, or EQUIVALENT, are as follows: Quantity One (1) Metris Eight-S configuration iSpace large volume metrology system, Part Number STDS-400-820, or EQUIVALENT, with the following salient characteristics: (1) Hardware a. Eight (8) transmitter assemblies with metrology-grade tripods for portable deployment b. One (1) integrated traceable scalebar for system calibration c. Eight (8) Integrated Detector Units for continuous system health monitoring d. One (1) iProbe wireless 6DOF handheld measurement device e. Eight (8) universal transmitter mounting brackets (Part Number UTMB000) for wall or structure mounting of transmitters f. One (1) Metrology Server (Part Number STDC-400-300) cabinet with tower PC, industrial peripherals, UPS, and Ethernet switch to function as Surveyor Server for multi-client applications. Cabinet will be industrial-grade meeting IP55 standards (Part Number MSIE-Upgrade). (2) Performance Characteristics: a. Uncertainty (2-sigma over measurement volume) less than or equal to 250 microns over 3x scale-bar lengths. b. Measurement volume footprint (area) between 10 m x 10 m to 40 m x 40 m. Height of measurement volume 7 m. c. Ability to simultaneously track numerous receivers and report position throughout the measurement volume despite occlusion of several transmitters. Integrated measurement probe capable of large-scale 6DOF digitizing of parts and/or assemblies within the work volume. d. Laser – Eyesafe (Class 1 or Class 2). (3) Control Module: a. All software to control the metrology system and analyze data; b. One (1) Portable Client PC (laptop) to function as an application console c. One license of New River Kinematics Spatial Analyzer (SA), Metris Part Number (200009) with all modules and the iGPS (iSpace) interface. Quantity Two (2) Metris iSpace Wireless (802.11) Dynamic Tracking Kits, Part Number STDC-400-120, or EQUIVALENT, with the following salient characteristics: (1) Hardware a. 4 mini VectorBars with amplifier cables and counter-bored mounting nests b. 2 wireless G5 Position Calculation Engines (PCE) (2) Performance Characteristics: a. 6DOF tracking of articles within the measurement volume b. Minimum measurement rate of 30 Hz with up to 0.3 s position calculation latency acceptable Quantity One (1) Metris Surveyor Developer’s License and Software Development Kit (SDK), Part Number (PROG-600-100) or EQUIVALENT, with the following salient characteristics: (1) SDK Characteristics: a. Development license for Surveyor with all options included b. Software development kit (SDK) for third-party application development c. Access to engineering releases, release candidates and production releases Quantity One (1) Metris Articulated Measurement Arm iSpace enabling kit (iMCA), Part Number STDS-410-010, or EQUIVALENT. Quantity One (1) Metris Articulated Measurement Arm (MCA), Model Number 2400M7, or EQUIVALENT. Quantity One (1) Metris MMD/MMC Handheld Scanner for MCA, Model Number MMD200, or EQUIVALENT. Quantity Two (2) Metris Mini Vector Bar Bundle (wireless version), Part Number 200006, or EQUIVALENT. Quantity Eight (8) Metris Precision Magnetic Tooling Pad for Mini Vector Bar or Single Sensor, Part Number 300957, or EQUIVALENT. Quantity Two (2) Metris Standard Metrology Grade Transmitter, Part Number 200800, or EQUIVALENT. Quantity One (1) Verisurf Software, Metris Part Number ASOF-210-010, or EQUIVALENT. Quantity One (1) Verisurf iGPS Interface, Metris Part Number ASOF-210-055, or EQUIVALENT. Quantity One (1) Metris One Year (Repair by Exchange) RBE Hardware Maintenance Program Upgrade, Part Number Hard-Maint-Upgrd, or EQUIVALENT. Quantity One (1) Metris One Year (Repair by Exchange) RBE Hardware Maintenance Program, Part Number Hard-Maint, or EQUIVALENT. Quantity One (1) Metris Dynamic Motion Measurement Camera, Model Number DMM K600, with fifty (50) tracking light emitting diodes, or EQUIVALENT. Laser Tracker with 6 Degree-of-Freedom (6DOF) Actuated Spherically Mounted Retroreflector (SMR) and Laser Rail Interferometer (for iSpace calibration) with the following salient characteristics: (1) Laser Tracker Characteristics: a. Absolute accuracy of 3D coordinate: plus or minus 5 ppm or better b. 3D spatial measurement resolution: 1 micron or better c. 3D spatial measurement repeatability: 2.5 ppm (2-sigma) or better d. Angular Range of Measurements: 640 horizontal; +80° to -60° vertical or better e. Distance Measurement Range: 60 m or greater f. Laser – eye safe g. All software to control instrument and analyze data; h. Video camera accessory for use with the laser tracker including camera, capture card, computer connection, and documentation; i. Tracker laptop; j. Integrated operation with actuated 6DOF SMR-based target together capable of providing six degree-of-freedom measurements (2) Actuated 6DOF SMR Characteristics: a. Provide roll, pitch and yaw measurements in conjunction with laser tracker position data to a resolution of plus or minus 3 arc seconds or better; b. Measurement range of 40 m or greater. (3) Laser Rail Interferometer Characteristics: a. 2.9 m minimum reference length; b. Meets test requirements of ASME B89.7.3.1 for laser tracker certification. Requested Information to be Included in Responses to this Notice: 1. Indicate whether your company manufactures or is an authorized reseller/business partner for a Laser Pseudolite-based Tracking System of any kind and, if so, please provide complete commercial specifications for the Laser Pseudolite-based Tracking System that your company manufactures or sells, including the name of the company that manufactures the Laser Pseudolite-based Tracking System, where it is manufactured, and detailed functional and performance specifications that the product meets. 2. If your organization is an original equipment manufacturer of Laser Pseudolite-based Tracking System, then please provide the name of company(ies) that are authorized by your organization, as the OEM, to sell your organization's Laser Pseudolite-based Tracking System, as well as their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indicate the number of days, after acceptance of order, which is typical for delivery of Laser Pseudolite-based Tracking System to the intended delivery location. 4. A complete copy of standard terms and conditions for the Laser Pseudolite-based Tracking System that your organization manufactures or sells, to include, at a minimum: base warranty, available extended warranty (if offered), copy of software license(s) (if applicable), and customary payment terms. 5. Available training that can be purchased or may be included with the purchase of the Laser Pseudolite-based Tracking System. 6. Customary documentation that is provided with the purchase of the Laser Pseudolite-based Tracking System. 7. Describe optional items that are available for purchase for the Laser Pseudolite-based Tracking System, such as consumables, spares, tools, additional components, ancillary equipment, software licenses, telephone support, etc. 8. If any of the above-referenced NIST Laser Pseudolite-based Tracking System specifications appear to be unduly restrictive, then please indicate which specification you believe is unduly restrictive and indicate how you believe it could be more competitively worded such that it can be met by more than one Laser Pseudolite-based Tracking System manufacturer and still meet the definition of commercial item at FAR 2.101. 9. Indicate whether modifications of the Laser Pseudolite-based Tracking System currently manufactured or sold by your organization would be necessary to meet Government specifications listed in this notice and, if so, indicate whether those modifications would be considered minor modifications as described in the FAR Subpart 2.101 definition of commercial item. 10. The number of persons currently employed by your company, including parent organization and all subsidiaries (if applicable). 11. Indicate whether the Laser Pseudolite-based Tracking System referenced in the response is currently available for ordering from one or more GSA Federal Supply Schedule (FSS) contracts and, if so, provide the GSA FSS contract number(s). 12. Provide any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. Responses to this notice shall be sent by email to Kim Stavish, Contract Specialist, at kim.stavish@nist.gov, with cc: to Patrick Staines at Patrick.staines@nist.gov, so that it is received at that email address no later than February 26, 2010. The responses should include responses to all 12 requests for information listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/AMD-10-SS41/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02064543-W 20100214/100212234526-f940ccbd14d0c31cfd23daab3e5e4087 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.