Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SOURCES SOUGHT

66 -- Brand-Name Only - Retrofit/Upgrade of existing Sheffield RS-5 CMM with New Renishaw UCCT3 Plus Controller and RGH22 Encoder System

Notice Date
8/5/2024 10:00:59 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
AMDTCSSN2402007
 
Response Due
8/12/2024 8:00:00 AM
 
Archive Date
08/27/2024
 
Point of Contact
Hunter Tjugum, Phone: 3034973663
 
E-Mail Address
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
 
Description
PURPOSE The purpose of this sources sought notice is to conduct market research and identify potential sources of commercial products/services that satisfy the Government�s anticipated needs. � BACKGROUND The Intelligent Systems Division (ISD) at the National Institute of Standards and Technology (NIST), within the Engineering Laboratory (EL), owns a Sheffield RS-5 Coordinate Measuring Machine (CMM), which was originally purchased in 1995. The Sheffield RS-5 CMM was manufactured by Sheffield Measurement, Inc. The Sheffield RS-5 CMM has been out of use for a number of years while at NIST. In 2020, ISD determined that retrofitting/upgrading the Sheffield RS-5 CMM with new software was needed to meet current research needs. Therefore, ISD upgraded the Sheffield RS-5 CMM in 2020 using equipment and software manufactured by Renishaw. Specifically, the retrofit/upgrade shall contain a new Renishaw UCCT3 Plus Controller and RGH22 Encoder System, with CMM-Manager software, manufactured by Renishaw, to be installed on the existing Sheffield RS-5 CMM. The contractor shall travel to NIST in Gaithersburg, MD to visit the laboratory and perform the work where the CMM resides. The CMM is physically located on the NIST campus at 100 Bureau Dr, Gaithersburg, MD 20899, in Building 233, Room A104. The Period of Performance shall be effective for two (2) months from date of award. Installation is expected to be completed within 7 to 10 days. All service and parts shall be covered by the manufacturer or contractor�s standard commercial warranty. NIST is seeking information from sources that may be capable of providing a solution that will achieve the objectives identified in this notice. ANTICIPATED REQUIREMENTS The Contractor shall provide all labor, materials, equipment, project oversight, administration, and technical execution in retrofitting the existing Sheffield RS-5 CMM with Renishaw brand equipment and software, in accordance with the following tasks: Task 1: The contractor shall remove all the old wiring, machine computer/control boards, CMM controller, scales/encoders and any other parts/equipment not required for the new upgrade. Task 2:� The contractor shall install the following hardware and software on to the RS-5 CMM: a)��� Install Renishaw UCCT3 Plus Kit 1 CMM Controller retrofit. b)��� Install Renishaw RGH22 Encoder system. c)��� Install CMM Manager STD DCC License update. Task 3: Re-map the machine, calibrate the machine and system, and certify in accordance with CMMA and B89 guidelines using equipment traceable to national standards. Task 4: Provide initial training on how to operate new CMM system and software. Training must be performed onsite at NIST and will include one government official. All training must be done immediately, or within one day, after Tasks 1-3 have been completed.� The training date and time shall be mutually agreed upon between the COR and the Contractor. Task 5: Provide one hard copy version and/or on-line copies of user manual and associated documentation. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the information described below, readable in either Microsoft Word 365, Microsoft Excel 365, or Adobe .pdf format. Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed in this notice as soon as possible, and preferably before the closing date and time of this notice, August 12, 2024, at 11:00 AM ET.� Please note that to be considered for award under any official solicitation, the entity must be registered and �active� in SAM at the time of solicitation response. �ID Assigned� is not acceptable. ���� Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). ���� Identify the equipment that your company sells that can meet the objectives addressed in the BACKGROUND section of this notice.� For each product recommended to meet the Government�s requirement, provide the following: o��� Manufacturer name o��� Model number o��� Technical specifications o��� If your company is not the manufacturer, provide information on your company�s status as an authorized reseller of the product(s) ���� Describe performance capabilities of the product(s) your company recommends to meet the Government�s requirements.� Additionally, if there are other features or functions that you believe would assist NIST in meeting its objectives described above, please discuss in your response. o��� Discuss whether the equipment that your company sells and which you describe in your response to this notice may be customized to specifications and indicate any limits to customization. ���� Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section you cannot meet and state why.� Please offer suggestions for how the market research notice and draft minimum specifications could be made more competitive. ���� State whether the proposed equipment is manufactured in the United States and, if not, state the name of the country where the equipment is manufactured. ���� Identify any plans/possibilities for changes in manufacturing location of the aforementioned equipment and provide relevant details, including timeline. ���� For the NAICS code listed in this notice: o��� Indicate whether your company is (a) a small business or (b) other than small business.� See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. o��� If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement. � ���� Describe standard terms and conditions of sale offered by your company for the recommended equipment such as: delivery time after your company accepts the order; FOB shipping terms; manufacturer warranty (including details regarding nature and duration); if available, description(s) of available extended warranty; equipment setup and test; operator and service instruction manual(s); cleanup after installation; and if applicable, other offered services.� Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified equipment, if available. ���� If the recommended equipment and related services are available for purchase on any existing Federal Supply Schedule contract(s) or other contracts against which NIST may be able to place orders, identify the contract number(s) and other relevant information. ���� Provide any other information that you believe would be valuable for NIST to know as part of its market research for this requirement. ���� State if you require NIST to provide additional information to improve your understanding of the government�s requirement and/or would like to meet with NIST representatives to discuss the requirement and the capabilities of the identified equipment. QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received by August 8, 2024. If the Contracting Officer determines that providing a written amendment to this notice to document question(s) received would benefit other potential respondents, the questions would be anonymized, and a written response to such question(s) would be provided via an amendment to this notice. IMPORTANT NOTES This notice is for market research purposes and should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract.� There is no solicitation available at this time. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s capability. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a synopsis and solicitation may be published on GSA�s eBuy or SAM.gov. However, responses to this notice will not be considered an adequate response to any such solicitation(s). The responses shall not exceed five (5) pages including all attachments, charts, etc. � Thank you for taking the time to submit a response to this request!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79d2469163da44ecb3c64ce6be0b88cf/view)
 
Record
SN07157191-F 20240807/240805230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.