Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2007 FBO #2084
SOLICITATION NOTICE

66 -- Three Axis Tool Force Measuring Transducer

Notice Date
8/9/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0424
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested quoters may submit a quote. The Manufacturing Process Metrology Group (MPMG) of the Manufacturing Metrology Division (MMD) in the Manufacturing Engineering Laboratory (MEL) of the National Institute of Standards and Technology (NIST) requires a small three-axis tool force measuring transducer (also referred to as a cutting force or machining dynamometer) for machining research projects. The tool force transducer will used in an ultra-precision machining laboratory to investigate cutting processes where the cutting forces are extremely small. Therefore high sensitivity is of major concern. A piezo-electric type force sensor device is required because of the need for high sensitivity unless an alternate approach (strain gage or optical sensor) can be demonstrated to be as sensitive as a quartz piezo-electric type sensor element and further that all the following specifications such as the natural frequency and stiffness requirements are met. The technical specifications presented here cover a three-axis tool force transducer and all associated essential supporting equipment such as electronics and cables for providing machining cutting force measurements down to below the one Newton (N) range . The tool force transducer shall be composed of multiple internal sensing elements to compensate for forces being applied at locations other than the exact center line of the loading platform. The dynamic output of the transducer will be recorded by an existing NIST digital oscilloscope not covered in this specification. LINE ITEM 0001: Quantity one (1) each Three Axis Tool Force Measuring Transducer, meeting all of the following required specifications: 1. Overall size of the transducer shall be less than or equal to 80 mm by 75 mm by 25 mm. 2. Mounting holes shall be provided in the tool force transducer structure for attaching the transducer to the machine tool work slide and for attaching cutting tool holders to the top or mounting platform of the transducer. Proper mounting instructions shall be provided including a mechanical drawing showing the precise location of the mounting holes; however, all mounting bolts will be provided by the NIST. 3. The top platform of the transducer shall have standard metric or English tapped holes for mounting the cutting tool holder assembly. 4. Output cables and attachment connectors to the dynamometer unit must be leak tight to normal cutting fluids such as pure mineral oil or water soluble oil and the transducer shall be constructed of rust proof materials. 5. The tool force transducer and all associated electronics and cables shall be factory new, not rebuilt or used. 6. The tool force transducer shall be an existing commercial product especially designed for the machining environment and not a developmental model, an experimental model, or a one-of-a-kind device. Cutting Force Range and Sensitivity: 7. All three orthogonal axis components (x, y, and z direction) shall have a maximum force capability of at least plus or minus 250 N. In other words, the transducer is required to be usable to measure forces in a range of ? 250 Newton to + 250 Newton (- 56 pounds to + 56 pounds) without requiring a preload. 8. A minimum force that can be sensed, or threshold force, is 0.002 Newton 9. The output sensitivity shall be greater than or equal to 10 pico-Coulombs per Newton or better in all three directions. 10. The cross talk between different axes shall be plus or minus 2 % or less. (For example, if a precisely perpendicular force of 100 Newton is applied in the z-direction, the falsely indicated force in the x and y axes shall be less than 2 % of that force (in this example less than 2 Newton). The cross talk specification shall apply to any force applied within the area of the top tool mounting platform area. 11. The calibrated sensitivity for each axis shall be stated in the technical data supplied with the dynamometer such that the sensitivity can be set on the charge amplifier. 12. The calibrated sensitivity shall apply over the complete area of the top tool mounting surface or platform of the transducer. (The effect of the moment on the transducer for a force not perfectly centered shall be compensated for in the design of the transducer.) For example, if a 100 Newton force is applied anywhere within the tool mounting platform area, the indicated value shall be the correct value within 2 % (2 Newton in this example). Natural Frequency and Stiffness: 13. The tool force transducer shall be used in experimental configurations where it is desirable to have has high of frequency-band width as practical; therefore, the natural frequency is of major concern for this dynamometer. A natural frequency (with no mass attached to the dynamometer mounting surface) of 5 kHz or higher is required for measuring dynamic forces in all three axis directions. 14. Stiffness or rigidity must be a minimum of 250 Newtons per micrometer in all three axes. Operating Temperature Range: 15. The transducer shall be operable in a temperature controlled environment at 15 degrees Celsius to 40 degrees Celsius. Output Amplifier Electronics: 16. A charge amplifier type electronic system with three channels is a must have feature. The charge amplifier system must be 100 percent compatible with the tool force transducer and operating instructions must be supplied with the charge amplifier. 17. The charge amplifier electronics must include a means of adjusting the output signal with the specified sensitivity for each of the three output channels. Connecting Cables: 18. All necessary electrical cables shall be supplied as part of the system such that the tool force transducer can be coupled to the charge amplifier. Output cables from the charge amplifier to the recording instrument need not be supplied. The Contractor shall state the warranty coverage provided for the equipment. Please submit all questions in writing to: andrew.perry@nist.gov Delivery shall be FOB Destination. FOB DESTINATION MEANS: 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 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. Award will be made to the Contractor whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability and Past Performance, when combined, are equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Past Performance and price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on the references provided IAW FAR 52.212-1(b) (10) and/or the offeror?s recent and relevant procurement history with NIST or its affiliates. Offerors shall provide a list of at least three (3) references to whom the same or similar equipment has been provided. 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 full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.225-2 Buy American Act Certificate. 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: (15) 52.222-3, Convict Labor; (16) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52.222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act with Alternate I; (36) 52.225-13 Restriction on Certain Foreign Purchases; and (41) 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 quoters shall submit the following: 1) An original and one copy of a quotation which addresses all of the above Line Items; 2) Two (2) originals of technical description and/or product literature. Quoters must ensure all specifications are clearly documented; 3) A list of at least three (3) references to whom the same or similar equipment has been provided. 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; 4) A description of commercial warranty; 5) An original and one (1) copy of the most recent published price list(s). 6) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) All quotes should be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrew Perry, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on August 24, 2007. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to andrew.perry@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. 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. EMAILED QUOTES WILL BE ACCEPTED, HOWEVER, MUST INCLUDE ALL REQUIRED INFORMATION.
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, MD
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01367187-W 20070811/070809220745 (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.