Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
MODIFICATION

66 -- Two Axis Solar Tracker

Notice Date
8/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device 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-0411
 
Archive Date
8/20/2013
 
Point of Contact
Maisie Meade, Phone: 3019755935
 
E-Mail Address
maisie.meade@nist.gov
(maisie.meade@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: SB1341-13-RQ-0411 Notice Type: Combined Synopsis/Solicitation CLASSIFICATION CODE: 66- Laboratory Equipment and Supplies SUBJECT: Solar Tracker SOLICITATION NUMBER: SB1341-13-RQ-0411 RESPONSE DATE: September 4, 2013 SUBMISSION METHOD: All quotes shall be submitted to Maisie.Meade@nist.gov. Only e-mailed quotes will be accepted. Offeror's quotations shall not be deemed received by the Government until the quotation is submitted to the Contract Specialist's inbox. CONTACT POINTS: Maisie Meade, Contract Specialist, (301) 975-5935 Mimi Robinson, Contracting Officer, (301) 975-3696 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) 2005-69. QUESTIONS: 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to Maisie Meade, Contract Specialist, with copy to Mimi Robinson, Contracting Officer. Questions shall be received no later than 7/23/2013. 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 and SET ASIDE INFORMATION: The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is unrestricted. REQUIREMENT: The National Institute of Standards and Technology requires components to fabricate a custom 2-axis solar tracker. ALL INTERESTED VENDORS SHALL PROVIDE A QUOTE FOR THE FOLLOWING: LINE ITEM 0001: Solar Tracker with Components as specified. The requested equipment will be used to create a custom 2-axis precision solar tracker that will be deployed at a fixed location on a building rooftop at NIST. The tracker will be used to test and calibrate multiple solar radiation instruments, solar photovoltaic (PV) cells, and small PV modules. The requested tracker hardware shall include the outdoor 2-axis tracker assembly, all drive motors, and all control components. The requested solar tracker hardware must also meet or exceed the requirements listed below. In describing these requirements, the following definitions apply: A. Equipment Tracking Surface (ETS): the tracker hardware component that is positioned to match the requested equipment elevation and azimuthal angles. The ETS must provide a means for mechanically attaching the Solar Tracking Surface (STS). The ETS is a required element of this procurement request. B. Solar Tracking Surface (STS): a framing that mechanically attaches to the ETS and to which the eventual solar instruments are mounted; the STS will be constructed of rigid aluminum T-slot framing, will be 5 feet wide by 4 feet tall in overall size, and laid out as shown in the below figure. The STS and its mounting hardware are not required items for this procurement request. 1. Capable of continuous 2-axis - azimuthal and elevation - tracking of the sun from dawn to dusk for an entire year when deployed at a north latitude between 30 and 50 degrees. 2. The supplied solar tracker assembly must include an Equipment Tracking Surface ETS) as defined above. 3. The ETS described in Item #2 must permit a means for mechanically fastening and supporting a factory or field-installed Solar Tracking Surface (STS), which is defined above. 4. The tracker must provide absolute positioning of its ETS that is accurate to within ±0.15 degrees in the azimuthal plane and ±0.15 degrees in the elevation plane. 5. The tracker's azimuthal and elevation positions must be provided as feedback variables to the user-written positioning software. The resolution of the feedback azimuthal and elevation positions must each be 0.10 degrees or less. 6. The total system backlash of the solar tracker hardware must be 0.10 degrees or less. 7. The solar tracking hardware must provide the following capabilities with regard to its azimuthal axis movements. a. Total range of rotation: 260 degrees. This azimuthal range of motion must be achievable for all elevation movements covered by Item #8a. b. Drive speed must include the following operating range: 0.25 to 2 degrees per second. A maximum drive speed that is higher than the 2 degrees per second is desired, but not required. c. Loading/torque capacity when the drive operates continuously: 200 foot-pounds (based on a drive speed of 1 degree per second). d. Stiffness of drive: A minimum of 10,000 foot-pounds/radian. 8. The solar tracking hardware must provide the following capabilities with regard to its elevation axis movements a. Total range of movement: from 85 degrees to 180 degrees with respect to the positioning of the STS relative to the horizontal (i.e., the projected normal vector from the STS pointing 5 degrees below the horizon to pointing start up); this elevation range of motion must be achievable for all azimuthal movements covered by Item #7a. b. Drive speed must include the following range: 0.25 to 2 degrees per second. A maximum drive speed that is higher than the 2 degrees per second is favored but not required. c. Loading/torque capacity when the drive operates continuously: 400 foot-pounds (based on a drive speed of 1 degree per second). d. Stiffness of drive: A minimum of 10,000 foot-pounds/radian. 9. The required hardware must include any data acquisition and control (DAC) unit(s) that is needed to (1) read/communicate the position of the ETS, as measured by sensors mounted on the outdoor 2-axis tracking unit, and (2) regulate the motors that position the tracker at the specified azimuthal and elevation coordinates. 10. The required communications and power cabling between the DAC unit(s) and the solar tracker assembly must be provided. This required cabling shall be 25 meters in length if the DAC unit(s) must be located indoors; if the DAC unit(s) is to be deployed outdoors, the manufacturer shall select the appropriate cabling length and provide the appropriate weather-proof enclosure for the DAC unit(s). The required communication cabling between the DAC unit(s) and the NIST-provided Windows-based computer must be provided or clearly described. 11. The solar tracker hardware must be capable of executing the following tracking algorithms over the course of a full daylight period: (1) a zero offset angle from the sun, (2) a fixed offset angle from the sun where the offset is selected based on maintaining the STS at a position that would otherwise be traversed that day if operating with a zero offset angle, (3) a fixed offset angle from the sun while maintaining a fixed elevation angle, (4) a fixed elevation while maintaining a zero offset from the sun in the azimuthal plane and (5) a fixed position. The Windows-compatible control software required to implement these tracking algorithms are not required items but rather optional items (see below). 12. The DAC unit of the solar tracker must be capable of interfacing with a Windows 7 based computer using either the RS485 or RS422 standard protocol. 13. A list of all DAC unit recognizable commands, along with any needed firmware and/or library files, needed to facilitate the two-way communications between the computer and the DAC unit(s) so as to facilitate the above specified two-axis control shall be provided. (Note: the computer shall be provided by NIST.) 14. The tracker hardware must be controllable using Windows 7 compatible software. A list of programming environments that may be used to execute the full command list from Item #13 (e.g., C++ Basic, LabView, etc.) shall be reported. At a minimum, in addition, a simple control program that executes on a Windows 7 computer must be provided that can be used to minimally exercise the tracker hardware. Beyond this minimum, any examples of software written in different programming languages where the DAC unit's recognizable commands are successfully and extensively implemented are favored but not required. 15. The solar tracker hardware must allow continuous deployment outdoors and require minimal periodic maintenance. Any components of the solar tracker system (e.g, DAC unit) that must be located within a conditioned space must be capable of working in a future deployment where the outdoor tracker components are located up to 50 meters away from the indoor components. (Note: cabling shall not be supplied to allow this hypothetical 50 meter maximum spacing; cabling requirements are covered by above Item #10). 16. The solar tracker must be of a design that readily allows for adding a base riser, small truss structure, or an outdoor table - that is provided by NIST - for mounting and anchoring the solar tracker outdoor assembly to a 30"x30"x1" ground level metal plate, such that the centerpoint of the tracker's elevation axis extends 48 inches above this plate. 17. The electrically powered components of the solar tracker hardware must ultimately operate with an input power that is single-phase and nominally supplied at 60 Hz and either 120 or 208 volts. Any electrical converters or inverters needed to power components that require a direct current power source and/or a different voltage input must be provided as part of the solar tracker hardware. 18. No single hardware component of the outdoor portion of the solar tracker must weigh more than 200 pounds. 19. The requested equipment must be delivered to NIST within 120 days of the award date. DELIVERY: The Contractor shall deliver no later than 120 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. The technical acceptability will be based on the ability for a Contractor's product to meet the minimum specifications stated. 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 CLAUSES: The following clauses apply to this acquisition: 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; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.323-99 DEV Accelerated Payment to Small Businesses 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. 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 PROTEST PROCEDURES: 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 Small Business Set-Aside 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: All Offerors shall submit the following: 1) A quotation with pricing which addresses all of the above line items; 2) Technical description and/or product literature; 3) Description of commercial warranty; RESPONSES: All quotes shall be received not later than 12:00 PM local time, on September 4, 2013 12:00 PM EST, via email. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Maisie Meade) @ maisie.meade@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 received in the Contract Specialist's inbox.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0411/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Shiping and Receiving, Bldg 301, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN03157483-W 20130823/130822000042-85aa436975d7b90668f6bf4665c944a1 (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.