Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2013 FBO #4171
SOLICITATION NOTICE

66 -- Piezoelectric Actuator System

Notice Date
4/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component 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, Maryland, 20899-1640, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-13-RQ-0375
 
Archive Date
5/23/2013
 
Point of Contact
Dana Rae Graham, Phone: 3019753978, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
danarae.graham@nist.gov, andrea.parekh@nist.gov
(danarae.graham@nist.gov, andrea.parekh@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: Piezoelectric Actuator System for Mechanical Testing SOLICITATION NUMBER: SB1341-13-RQ-0375 RESPONSE DATE: Wednesday May 8, 2013 12:00 PM EST SUBMISSION METHOD: FBO; E-mailed and faxed quotes will NOT be accepted. Offeror's quotations shall not be deemed received by the Government until the quotation is submitted via FBO. CONTACT POINTS: Dana Rae Graham, Contract Specialist, (301) 975-3978 Andrea G. Parekh, Contracting Officer, (301) 975-6984 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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. REQUIRMENT: The National Institute of Standards and Technology requires a Piezoelectric Actuator System for Mechanical Testing. QUESTIONS: 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Dana Rae Graham, Contract Specialist, with copy to Andrea Parekh, Contracting Officer. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. NAICS: The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500 employees. This requirement is unrestricted and all vendors may submit a quote. LINE ITEMS FOR PRICING: All interested Contractor's shall provide a quote for the following: Line Item 0001: Two (2) Piezoelectric Stack Actuators in accordance with the attached minimum requirements. Line Item 0002: Two (2) Piezoelectric Controllers in accordance with the attached minimum requirements. Minimum Requirements for a Piezoelectric Actuator System Background The Materials Performance Group of the NIST Metallurgy Division conducts research into the constitutive properties of engineering materials. One component of that research measures material properties under standard test conditions, and under conditions in which the direction of force is reversed during the test. The test equipment described in this procurement document will enable NIST to extend its test capability to higher forces in ordinary testing, and to implement a reversed loading capability using existing tensile testing equipment. NIST requires a piezoelectric actuator system for use as part of an instrumented anti-buckling guide apparatus. These actuators will supply the restoring force that is required to maintain axial alignment of a thin tensile specimen during the compression cycle of a tension/compression tensile test. Minimum Requirements Stack actuators shall be the primary means to apply the restoring force to the anti-buckling guides. The amplifier/control system provides the voltage required to drive the piezoelectric stack and produce the displacement and/or applied force. 1. The Actuators shall: (a) Have a linear stiffness of at least 210 Newtons per micrometer. (b) Be capable of exerting a minimum of 30 kilo-Newtons pushing force (c) Have a minimum of 120 micrometers travel range (d) Be capable of operating in closed-loop control (e) Have integrated ultra-high resolution strain gauge position sensors that are capable of sub-nanometer resolution (f) Be encapsulated in a stainless steel case that applies a frictionless internal spring preload 2. The Controllers shall: (a) Supply a stable voltage in the range of 3 Volts to 1100 Volts (b) Be able to maintain an average current of 100 milli-Amps, with a peak current of 500 milli-Amps (c) Have a voltage gain of at least 100 Volts ± 1 Volts (d) Be able to drive piezoelectric actuators in closed loop control (f) Be compatible with LabVIEW 3. Additional Requirements: The Contractor must provide telephone technical support for 30 days after delivery of the Piezoelectric Actuator System to support NIST throughout Installation and Setup. DELIVERY: Delivery shall be provided not later than 30 days after receipt of an order. 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 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 20899-1640. EVALUATION CRITERIA: 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (APRIL 2012) The Government will issue an order resulting from this request for quotation to the responsible offeror whose quotation results as lowest price and technically acceptable. Quotations deemed technically unacceptable will not be considered further for award. FAR PROVISIONS AND CLAUSES FOR REFERENCE: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of a CAR provision or clause may be accessed at http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=4e688f283b79af361b0d640fd9f28ed6&rgn=div5&view=text&node=48:5.0.6.43.1&idno=48. PROVISIONS: The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. CERTS AND REPS: Offerors must complete annual representations and certifications on-line at www.sam.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: The following clauses apply to this acquisition: 1352.209-74 Organizational Conflict of Interest 1352.209-73 Compliance with the Laws 1352.201-70 Contracting Officer's Authority 1352.246-70 Place of Acceptance- NIST 100 Bureau Dr. Gaithersburg, MD 20899 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: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Free Trade Agreements- Israeli Trade Act Alt. 1 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.232-99 DEV Providing Accelerated Payment To Small Business Contractors (Aug 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including paragraph (b), in all subcontracts will small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. 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. INSTRUCTIONS TO OFFERORS: 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. Offeror shall list any exception(s) and the rationale for those exception(s). All Quoters shall submit the following: 1) A quotation which addresses all of the above line items; 2) Technical description and/or product literature; 3) Description of commercial warranty; 4) Most recent published price list(s) 5) 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: DUE DATE AND RESPONSE INFORMATION: All quotes shall be received not later than Wednesday May 8, 2013 12:00 PM EST, via FBO. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Dana Rae Graham) @ danarae.graham@nist.gov. E-mailed and faxed quotes will NOT be accepted. Offeror's quotations shall not be deemed received by the Government until the quotation is submitted via FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0375/listing.html)
 
Record
SN03044860-W 20130426/130424235029-942936c5de9563e18439b9e49f8e624e (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.