Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2006 FBO #1612
SOLICITATION NOTICE

66 -- Ultra-High Vacuum Translation Systems

Notice Date
4/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0331
 
Response Due
5/9/2006
 
Archive Date
5/24/2006
 
Description
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN 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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. *** ***The National Institute of Standards and Technology (NIST) has a requirement for ultra-high vacuum translations systems to be used in the Electron and Optical Physics Division at NIST in Gaithersburg, Maryland. *** BACKGROUND The Electron Physics Group at NIST is constructing an ultra low temperature scanning tunneling microscopy system which needs multiple translation devices to transfer samples, probes, and microscopes in an ultra high vacuum (UHV) environment between multiple UHV chambers. The vendor shall supply 3 UHV translation devices per attached specifications below. The vendor must submit a proposal with a general description of the major components and functionality of the three units in their response to the RFQ. The vendor shall design the 3 units below in consultation with NIST staff so the units can operate in the NIST designed UHV chambers. The vendor must submit detailed descriptions and detailed CAD drawings of the three units for NIST approval within 6 weeks of contract award. ***All interested Offerors shall provide a quote for the following line items: Line Item 0001: Long Vertical Linear/Rotary Translator Assembly Specifications: 1. This unit must consist of a combination of a long vertical translator with pincer griping capabilities mounted on top of a rotary platform (for a copy of the drawing, contact me at jroderic@nist.gov). 2. The unit must have 6inches OD CF rotary platform on the bottom of the unit to allow 360 degree rotation while keeping UHV (1E-10 Torr). 3. The rotary platform must be differentially pumped via two mini CF ports using 3 seals. 4. The rotary platform must have a bearing assembly to accurately keep the spacing between the sealing surfaces constant. 5. The rotary platform must have a manifold connection between the two mini CF ports with a bellows sealed metal valve (Nupro H series valve) between the two ports. 6. The rotary platform must have 6inchesOD CF flanges on the top and bottom with a 4inches clear ID. The platform must be designed to withstand the mounting of the long linear translator without causing any leaking of the seals. 7. The long linear translator must have a 6inches OD CF bottom flange that mounts on top of the rotary platform. 8. The long linear translator must have a top 2 3/4 flange with a 1.53inches clear ID bellows. The top 2 3/4inchesCF flange must have two mini CF flanges coming out the side of the flange for wiring. 9. The long linear translator must have 112 inches of travel. 10. The linear translator must have a shaft of 0.75 -1.0 inch OD that narrows to 0.75-0.625 inch OD at the end designed in consultation with NIST staff. 11. The linear translator must be supplied with a tube inside the 3/4 inch shaft to accommodate wires that come from two mini CF flanges on the top 2 3/4inches CF flange. 12. The linear translator must use a ball screw drive with a one piece ball screw of 3/4 to 1 inch diameter. 13. The linear translator must use ceramic coated guide rods and composite bearings for low friction and wear. 14. The linear translator must have a linear actuated pincer griping mechanism at the bottom of the shaft. The linear actuation must be achieved using a coaxial shaft in the center of the main 3/4inches linear shaft, with a drive mechanism at the top of the translator. 15. The pincer griping mechanism must be electrically isolated from ground (the 3/4inches-1inchesshaft) and shall be designed in consultation of NIST staff. 16. The linear shaft must have a guide bearing near the bottom of the linear translator, but must allow the 1.53 ?ID clearance for the bottom 6 inches of the linear translator to allow objects to be pulled into the section without hitting the bearing. 17. This unit must have a rotary assembly guide somewhere in the top half of the linear translator that will guide the translator during rotation of the rotary platform. The position of the guide will be determined in consultation with NIST staff. The rotary assembly guide will be anchored to the table below the translator. NIST will supply the cables or extruded aluminum tubes to fasten the guide to the table. The rotary guide must be designed to also accept the mounting of 4 extruded aluminum tubes and adjustable cables for mounting. 18. This entire unit, including rotary platform, pincer actuation, linear translator, must not be larger than 136 inches from top to bottom. 19. The rotary and linear translation stages must have a readable scale. The rotary unit must have a 0.1 degree vernier scale. 20. All three motions, rotary, linear, and pincer, must be automated with stepper motors, controllers, encoders, limit switches, and software. The stepper motors must have micro-step capability. The long linear translator must have 0.001inches position capability. Computer control must be through an RS232 interface to a standard PC, allowing digital readout of the position of all three motions. 21. The long linear translator must achieve a travel speed of 6-12 inches per minute. 22. The gear drive of the translators must be robust, of low friction and wear. The gearing must be designed so the vertical translator shaft cannot move due to vacuum pressure or weight when the unit is powered off. 23. The long linear translator must have some cross bracing supports to stabilize the backbone. The backbone must be designed to be stiff and lightweight with the minimum of vibration when traveling. 24. All vacuum parts must be UHV compatible and bakeable to 200 C without any loss of function after bakeout. 25. The unit must be of a robust design and designed for long life without binding or degradation after repeated use. Line Item 0002: Two-way Horizontal Sample Transporter Specifications: 1. This unit must have a double translation capability actuated using two rotary UHVfeedthrus to transfer samples from the center of a UHV chamber attached to one end of the unit to the center of a UHV chamber attached to the opposite end (for a copy of the drawing, contact me at jroderic@nist.gov). 2. One translation must use a rack and pinion drive mechanism to move a shaft with a stroke of 15 inches one way and 9 inches in the opposite direction (to reach the centers of the two chambers), yielding a total stroke of 24 inches. 3. This unit must have a second drive mechanism to move a carriage independently and relative to the rack, to allow horizontal transfer from one end of the unit to the opposite end. 4. The carriage must have a pattern of tapped holes specified in consultation with NIST staff. 5. This unit must be 24 inches long. This unit must allow the carriage to move into 2.62inches ID opening attached to the 4.5 CF flanges on the two opposing vacuum chambers. 6. The vendor will supply NIST with the details of the vacuum chamber needed to contain the two-way transfer unit. NIST will supply this vacuum chamber. 7. All vacuum parts must be UHV compatible and bakeable to 200 C without any loss of function after bakeout. 8. The unit must be of a robust design and designed for long life without binding or degradation after repeated use. Line Item 0003: Rail Transport System Specifications: 1. This unit must allow transport across 409 inches (34 feet) of linear UHV chambers (for a copy of the drawing, contact me at jroderic@nist.gov). 2. This unit must use a horizontal rail mounted by positioners in the UHV chambers at positions determined by the NIST designed vacuum chambers. The rail must have gaps to accommodate gate valve sections between the UHV chambers. 3. 16 UHV rail positioners mounted on 2 3/4 CF flanges must be supplied with plus/minus 6 mm vertical travel and plus/minus 6 mm horizontal travel to adjust the rail position. The positioners must use UHV bellows sealed actuators. 4. A 24 inch long trolley must be supplied that rides on the rail using UHV compatible bearings. The trolley must have magnetic drives at each end of the trolley. A magnetic slide drive that mounts on the top of the UHV chamber must be supplied to move the trolley by attracting to the magnets on the trollies. A mechanism to disengage the magnets conveniently must be supplied. 5. A second 6-12 inch long (exact length TBD) trolley must be supplied with a magnetic drive only at one end. 6. The trolleys must have a pattern of tapped holes that must be developed in consultation with NIST staff. 7. The rail must have tolerances similar to the redi-rail product by Pacific Bearing. 8. The rail section in the end chamber must have a 1.5 inch ID hole or must be made from two rail sections tied together to accommodate the 1.35 inch OD STM module to pass through the rail. 9. All vacuum parts must be UHV compatible and bakeable to 200 C without any loss of function after bakeout. 10. The unit must be of a robust design and designed for long life without binding or degradation after repeated use. ***The three units must be warranted for a period of 5 years from the date of final acceptance. The warranty shall include all labor, parts, and any shipping charges to ship the unit back to the factory for repair. ***Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than Price. Award shall be made based on best value. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in building UHV bellows sealed long travel manipulators with greater than 65 inches stroke capability, UHV differentially pumped rotary platforms, and UHV sample transfer assemblies. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** Clauses: 52.204-7, Central Contractor Registration (Oct 2003); 52.212-4 Contract Terms and Conditions?Commercial Items (Sep 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jan 2006) including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns; (7) 52.219-8, Utilization of Small Business Concerns; (14) 52.222-3 Convict Labor; (15) 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); (24) (i) 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (Jan 2004); (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 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://www.nist.gov/admin/od/contract/agency.htm. ****All Parties shall submit the following: 1) Two (2) copies of a quotation which addresses all Line Items; 2) Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list(s). ****All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jennifer Roderick, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. SECURITY REQUIREMENTS Because of heightened security, FED-EX, UPS or similar delivery methods are the preferred method of delivery of proposals. If proposals are hand delivered, delivery must be made through Gate A, and a 48 hour (excluding weekends and holidays) prior notice must be made to the Contracts Office at 301-975-4959. Notice must include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. NIST IS NOT RESPONSIBLE FOR LATE DELIVERY DUE TO THE ADDED SECURITY MEASURES. In addition, Offerors who do not provide a 48-hour notification in order to coordinate entrance to the NIST campus assume the risk of not being able to deliver offers on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, building, room number, etc.) If 48 hour notification was not provided, it is suggested that your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor?s center and complete delivery. ****Submission must be received by 3:30:00 p.m. local time on May 9, 2006. FAXED QUOTATIONS SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: USA
 
Record
SN01033712-W 20060426/060424220227 (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.