COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,2000 PSA#2673 National Institute of Standards & Technology, Acquisition & Assistance
Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD
20899-3572 66 -- DUAL AXIS TILT PLATFORMS WITH ASSOCIATED POWER AND CONTROL
ELECTRONICS SYSTEM SOL 53SBNB060162 DUE 090700 POC TAMARA GRINSPON,
Contract Specialist, (301) 975-4390;Paul G. Cataldo, Contracting
Officer, (301) 975-6332 WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. 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,
#53SBNB060162, is a Request for Quotation (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-18.*****The associated
Standards Industrial Classification Code (SIC) for this procurement is
5065, and the small business size is 500 Employees. This acquisition
is unrestricted.*****The National Institute of Standards and Technology
(NIST) has a requirement Two (2) Dual Axis Tilt Platforms with
Associated Power and Control Electronics Systems to serve as part of a
laser beam control apparatus that will be used to capture and control
the position of nanometer size particles of 10 nanometer diameter or
less. The systems shall be Polytec PI brand name [including two of Part
#S-330.10; two of Part #E-500.00; six of Part #E-505.00; and two of
Part #E-509.S3], or equal, and shall meet all of the following
specifications:*****Tilting platform, 2 Axes, Dia 25 mm, w/ Strain Gage
Sensor (2mrad): The platform shall tilt about two orthogonal axes by at
least +/- 1 mrad.**All actuators shall be equipped with feedback
sensors.**The closed loop control tilt resolution shall be at least 0.1
microrad.**The cross-talk error between the two orthogonal axes for a
static test and full range travel shall not exceed 5 microrad.**The
closed loop control linearity error shall not exceed +/- 0.2%.**The
repeatability error for the full range of tilt shall not exceed +/- 2
microrad.**The open loop system bandwidth frequency shall be at least
350 Hz.**The operating temperature range shall be of at least -20 to 80
degrees C.**The weight of the tilting platform with associated
actuators shall not exceed 210 gr.**The material of the tilting top
platform shall be invar and the body stainless steel.*****Chassis for
PZT Modules 84 TE (100W).*****LVPZT Amplifier Module 200(30W): **The
unit shall have a maximum output power of at least 200 W.**Average
output power of at least 30W.**Peak output current of at least 2000 mA.
**Average output current of at least 300 mA.** and Short circuit
current limitation protection.*****PZT Sensor/Controller Module SGS, 3
Channels: Shall be compatible with the selected power amplifier and
the tilt platform feedback sensor.*****System components shall be
warranted for one year on parts and labor.*****Delivery is required
within eleven (11) weeks after receipt of purchase order (ARO);
Delivery location is the National Institute of Standards and
Technology, Building 301, Shipping and Receiving, 100 Bureau Drive,
Gaithersburg, MD 20899-0001. The FOB point shall be DESTINATION,
Gaithersburg, MD.*****Quotations will be evaluated in accordance with
Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of
quotations or offers. Award will be made based on vendors' (A)
Technical Capability to Meet Specifications (vendors shall address all
specifications, and shall provide indication of understanding and
ability to meet requirements); (B) Past Performance/Experience (vendors
shall provide three references to whom comparable units -- preferably
for similar applications -- have been sold over the past five years,
including organization name, point of contact, phone number, and fax
number for each); and (C) Price. (A) and (B), when combined, are more
important than (C).*****The Government anticipates awarding one
purchase order resulting from this combined synopsis/solicitation to
the responsible vendor whose quotation, conforming to this
synopsis/solicitation, will offer the BEST VALUE to the Government,
price and other factors considered.*****Vendors shall address all
requirements in this combined synopsis/solicitation, and shall provide
clear evidence of understanding and the ability and willingness to
comply with the Government's specifications of need. Failure to address
a specification/requirement will be construed by the Government as
inability to meet the need, or the vendor's taking exception to
it.*****All vendors are to include with their quotes, a completed copy
of provision 52.212-3, Offeror Representations and
Certifications-Commercial Items, which may be downloaded from
www.arnet.gov .*****The following Federal Acquisition Regulation (FAR)
provision applies to this solicitation: 52.212-1, Instructions to
Offerors-Commercial; ***** The clause at 52.212-4, Contract Terms and
Conditions-Commercial Items, applies to this acquisition.*****The
clause at 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items, applies to this
acquisition, including subparagraphs (11) 52.222-21, Prohibition of
Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13)
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with
Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era; (17)(ii) Alternate I of 52.225-3, Buy
American Act-North American Free Trade Agreement-Israeli Trade
Act-Balance of Payments Program; (19) 52.225-13, Restriction on Certain
Foreign Purchases; (20) 52.225-15, Sanctioned European Union Country
End Products; (22) 52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration; and Department of Commerce
Agency-Level Protest Procedures Level Above the Contracting Officer,
which can be downloaded at
http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm All interested,
responsible, business firms should submit quotes (Original Plus One
Copy Of Quote and Enclosures), by 3:00 PM, Washington DC time, on
September 7, 2000, to the National Institute of Standards and
Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON
(060162), Building 301, Room B117, 100 Bureau Drive STOP 3572,
Gaithersburg, Maryland 20899-3572. Faxed quotes will NOT be accepted.
Copies of above-referenced clauses are available upon request, either
by telephone or fax. Posted 08/24/00 (W-SN489753). (0237) Loren Data Corp. http://www.ld.com (SYN# 0339 20000828\66-0006.SOL)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on August 24, 2000 by Loren Data Corp. --
info@ld.com
|
|
|