SOLICITATION NOTICE
66 -- Solar Simulator Automated X-Y Positioning Table System
- Notice Date
- 1/24/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- SB1341-07-RQ-0057
- Response Due
- 2/8/2007
- Archive Date
- 2/23/2007
- 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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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 (FAC) 2005-14. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333319 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a Solar Simulator Automated X-Y Positioning Table System to be used in the Building Environment Division at NIST, Gaithersburg, MD. *** The Contractor shall provide a quote for the following line item: Line Item 0001: Solar Simulator Automated X-Y Positioning Table System The required system shall meet or exceed the following specifications: 1. Table shall be used to position NIST-supplied sensors that measure the spectrum and total irradiance of a solar simulator light source. The light source is positioned vertically above the sought-after XY Positioning Table. 2. The XY Positioning table shall provide two-axis, linear movements. 3. When deployed, the XY Positioning Table system must fit within an enclosed area that is 2.15 m x 1.80 m (X by Y, contact jroderic@nist.gov for a copy of the drawing). 4. XY Positioning Table must be installed on casters that allow the system to be rolled into and out of the solar simulator test area in its deployed configuration ? i.e., the XY Table oriented horizontally. The Table system, in addition, must provide the capability of being moved and stored in a configuration having an overall footprint this is equal to, and preferably less than, 2.15 m x 0.8 m (no height restriction for this Table storage configuration). 5. The top carriage of the XY Table must have a load attachment plate having a minimum of two threaded holes that permits fastening a NIST-supplied mating plate or instrument base. 6. Table must allow a range of travel that permits the center of the top carriage to travel from extreme XY relative coordinates of (-0.95 m, -0.80 m) to (+0.95 m, -0.80 m) to (-0.95 m, +0.80 m) to (+0.95 m, +0.80 m) after having first established the XY intercept or home position as being at the center of the 2.15 m x 1.8 m enclosure (i.e., at 1.075m x 0.90 m). 7. XY Positioning Table System must be able to accommodate a maximum NIST-supplied (mating plate and/or sensor) load of 4 kg. 8. XY Positioning Table, when deployed, must be able to position the top carriage at a height that can be adjusted (at a minimum) from 0.85m to 1.0 m above the floor. 9. The table must allow a means for creating a level XY measurement plane. 10. The table system must use either stepper or servo motors. 11. Linear translation shall be accomplished using belt drives. 12. The table system must not use any types of grease or lubricants; all bearings must be sealed. 13. Positional feedback shall be provided by incremental encoders installed on the motors? shaft. 14. The top carriage of the XY Positioning Table System shall operate at velocities that range (at a minimum) from 0.1 m/s to 0.5 m/s. The top carriage shall not be accelerated beyond 1 m/s to the second power. 15. The XY Positioning Table System shall provide a resolution over the entire test plane that is (2 mm, 2 mm) or finer. The system shall provide repeatability in obtaining the same requested location on the XY grid that is within (plus/minus 0.5 mm, plus/minus 0.5 mm). 16. The XY Positioning Table System shall be computer controlled. The control of and the feedback from the system shall be provided using a program that runs on a PC that uses Windows XP as the operating system. 17. The Automated XY Positioning Table System shall allow means for specifying and readily obtaining and then setting a home position and extreme limits for the sensor mounting plate. 18. An editable computer program shall be provided as part of the Automated XY Positioning Table System. The program shall allow setting up the home position (0 m, 0 m) as being at the center of the 2.15 m x 1.80 m enclosure. The program shall allow the top carriage to be moved in a grid pattern having the following corner points: (-0.80 m, -0.60 m); (+0.80 m, -0.60 m); (-0.80 m, +0.60 m); and (+0.80 m, +0.60 m). The grid shall be divided into 0.20 m steps in the X direction and 0.20 m steps in the Y direction (for a total of 63 grid points). The program shall allow the option of having the top carriage move to the next position either based on inputting a fixed elapsed time (ex., move to a new grid location every ?Z? minutes) or based on a manual input from the user (ex., using the mouse to click on a ?Move Now? button). The program shall, in addition, continually display the position at the center of the top carriage based on the motor encoder feedback measurements. At each stopping point, this feedback measurement along with the current computer time shall be writeable to a data file that can be later accessed using Microsoft Excel. This data shall be used to recall the grid sequence and allow matching up the measurements from the NIST-supplied radiation sensor(s) with the corresponding grid location. *** 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 on a best value basis. 1. Previous Experience with the design, fabrication, and operation of automated, motor-driven, linear positioning systems ? Evaluators will consider the breath and capabilities of the company?s current product lines and/or suppliers to allow the creation of an automated linear positioning system while also considering the company?s tenure in this particular technical arena. 2. Availability of technical assistance ? Evaluators will consider the company?s current support level for the recommended product. ***Greater consideration will be given to the Contractor whose XY Positioning System has the option of being configured to communicate with LabView if such an interface is sought in the future. Hardware/firmware/software to allow this interface capability is not sought at this time and should not be included as part of any bid. ****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. ***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 shall 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. *** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside; (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; (23) 52.225-3, Buy American Act ? NAFTA w/ Alternate I; (26) 52.225-13, Restrictions on Certain Foreign Purchases; (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on February 8, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Jennifer Roderick. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes 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, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested 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 center and complete delivery. Notice shall 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. Faxed quotes WILL NOT be accepted; however Emailed quotes WILL be accepted. ***
- Place of Performance
- Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
- Zip Code: 20899-0001
- Country: UNITED STATES
- Zip Code: 20899-0001
- Record
- SN01218099-W 20070126/070124220337 (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 |