Loren Data Corp.

'

  
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