SOLICITATION NOTICE
66 -- 10 Kilowatt Laser Welding Work Station - Solicitation document for CLIN Table
- Notice Date
- 4/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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 B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NB194000-14-01577
- Archive Date
- 5/5/2014
- Point of Contact
- Patricia M. Bullington, Phone: 3034973106, Robert Brackett, Phone: 303-497-6320
- E-Mail Address
-
patricia.bullington@nist.gov, robert.brackett@nist.gov
(patricia.bullington@nist.gov, robert.brackett@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation document THIS IS A COMBINED SYNOPSIS/SOLICITATION PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATIONS (FAR) SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; THEREFORE A WRITTEN SOLICITATION WILL NOT BE ISSUED. PROPOSALS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS Solicitation number NB686010-14-01577 is issued as a request for proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-72. Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. They must be received no later than seven calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, and the Small Business size standard is 500 employees. The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), is soliciting from all interested Small Business parties who can provide a 10Kilowat Laser Workstation for Laser materials processing, in the Time and Frequency Division, as outlined in this solicitation, located at NIST in Boulder, Colorado. NIST is a world leader in calibration services to support lasers and laser-related processes. A key to the success of this program is access to high power laser sources. Currently, NIST has a 10 kW IPG YLS-10000-Y13 fiber laser. To meet the needs of its customers, NIST is undertaking an ambitious program to understand the fundamental laser-material processes that occur during laser welding. To meet these needs, NIST needs a laser workstation that integrates its existing 10 kW IPG YLS-10000-Y13 fiber laser with an industrial laser welding held with high-accuracy three-dimensional motion control within a Class 1 laser enclosure. The output laser power must be tunable over the range from 20 % to 100 % of maximum output power. Laser beam divergence must be less than 2 mrad over a minimum distance of 5 m. In addition, the laser source must be capable of operation in both continuous wave mode as well as modulated mode with a pulse repetition frequency up to 15 kHz or greater to take full advantage of the dynamic range of the laser power standards in the Laser Radiometry Project. The only known commercial technology for meeting these requirements is high power fiber laser technology. The system shall meet or exceed the following technical specifications: NIST requires a 10 Kilowatt laser workstation to support metrology for laser materials processing. This workstation is a critical part of an ongoing research program in laser materials processing. We require a workstation that is capable of both production and prototype use. We require a vendor who has the technical expertise to provide ongoing support of this tool for our research program with the ability to perform modifications to the workstation at a later date. In addition, the vendor must be able to show they have the technical expertise to accommodate future modifications to the laser workstation that are not currently available. At this time, IPG Photonics is the only known vendor that meets all of the technical specifications and has the technical expertise to accommodate future modifications to the laser workstation that are currently available. Furthermore, IPG Photonics is the only known vendor who can integrate our existing fiber laser (model number 10 kW IPG YLS-10000-Y13) with the laser welding head without violating the warranty on our existing fiber laser. NIST has undertaken a significant market research effort in search of a 10 kilowatt laser workstation. Based on that research, IPG Photonics was the only company determined to be capable of performing the integration of the laser welding head and existing NIST fiber laser without violating the warranty on the NIST fiber laser. 1. Existing Commercial Products: Equipment shall be a current year production model and not a prototype or one-of-a-kind system. There shall be at least 10 working units similar to the proposed make and model operating currently in the field. This workstation is a critical part of an ongoing research program in laser materials processing. We require a workstation that is capable of both production and prototype use. We require a vendor who has the technical expertise to provide ongoing support of this tool for our research program with the ability to perform modifications to the workstation at a later date. In addition, the vendor must be able to show they have the technical expertise to accommodate future modifications to the laser workstation that are not currently available. Any substitutions of normally used major system components, such as power-supplies, coolers, and optics equipment required to meet these specifications shall be clearly noted in the proposal. The offeror's response shall identify specifically the number of tools of the same make and model to the one proposed which have been delivered in the prior 18 months. 2. Physical Specifications: Line Item 0001: Quantity One (1) 10 Kilowatt Laser Workstation for Laser Materials Processing. The quoted system/solution must meet or exceed all of the minimum specifications identified herein. Footprint and installation environment and testing: All equipment, excluding the rough vacuum pumps, chillers, electronics and ancillary equipment not requiring operator access, shall be required to fit on a 9foot high by 6 foot wide by 7 foot deep volume so that it will fit into our lab with existing equipment. Bid responses must include system dimensions and required clearances. Requirements for house facilities, such as process gases, coolants and vacuum lines shall be explicitly stated. Each component of the system shall have internal electrical distribution and require only a single connection to a 110 V 30 amp or 208 single-phase connection per system. All non-cryogenic cooling of system components will be done, preferably, with water chillers employing thermo-electric removal of heat. The system will be installed in a temperature-controlled laboratory. All specifications laid out in this document are required to be met under these conditions. To minimize impact of the installation on on-going research in the lab, the complete system must be built and tested as one complete unit at the manufacturer's site, to ensure that performance specifications are met, before installation. System Architecture: After extensive market research, we have determined that only one specific system architecture for a laser workstation shall meet the needs of our project. This system shall be able to integrate our existing 10 kW IPG YLS-10000-Y13 fiber laser and capable of both prototype and production laser welding and cutting. This system will include high-accuracy motion control in three-dimensions. There workspace dimensions must be at least 500 mm by 500 mm by 200 mm in volume. There should be a CCD camera for live viewing of laser welding and cutting process. This laser workstation is a critical component of the NIST Laser Materials Processing program. As such, we require ongoing technical support as well as the ability to modify the workstation to meet future production and prototyping research tasks. The supplier must have the necessary technical expertise to accommodate these modifications that are not available with current technology. For safety purposes, the laser workstation enclosure must meet the requirements of a Class 1 laser enclosure. 3. Functional Specifications: Performance The laser workstation shall meet all of the following performance requirements: a. Class 1 laser enclosure suitable for operation with a 10 kW IPG YLS-10000-Y13 fiber laser. b. High-accuracy motion control of for laser welding and cutting in three-dimensions. Motion controller must be an industrial CNC controller, include necessary software for operation and be compatible with industry CNC standards. c. Workspace dimension (automated positioning envelope) of at least 500 mm by 500 mm by 200 mm in volume. d. Welding head must be compatible with existing 10 kW IPG YLS-10000-Y13 fiber laser. e. Integrated CCD camera in welding head for live feedback of laser materials processing and positioning of parts. f. Air exhaust duct to remove laser-generated airborne contaminants from workspace. g. Delivery mechanism for necessary shield gasses. h. Emergency stop control for that will control both existing NIST-owned 10 kW IPG YLS-10000-Y13 fiber and laser workstation. i. Fully automated software capable of controlling entire welding process including laser parameters, spatial positioning, and timing operations. 4. Functional specifications for options: Additional workstation modules: 0002- Jog pendant for handheld control of welding head with up to 6 axes of motion 0003- Process gas control 0004- Welding fume ventilation 0005- Rotary Axis 0006- Automatic door handling, to ensure safe operation by automatically closing doors during laser materials processing. Installation: The offeror shall schedule and facilitate installation/set-up. Installation, at a minimum, shall include uncrating, and unpacking of all equipment, set-up and connection of the instrument. Connection of the instrument will include connecting the existing NIST 10 kW IPG YLS-10000-Y13 fiber laser to the welding head without impacting the warranty of the NIST 10 kW IPG YLS-10000-Y13 fiber laser. The offeror shall provide a list of installation requirements, including house services with explanations, within 30 days of contract award. NIST will provide any required connections to house services. Documentation: The system shall be provided with a complete set of system electrical, vacuum and plumbing schematics including control schematics, and a complete set of operations and maintenance manuals. All manuals shall be provided on CD in a common format such as pdf. Manuals shall also be included for any major third-party hardware. Training: The offeror shall schedule and facilitate a 2-day (min.) training session for up to 3 users at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. Warranty, Installation and Service: Systems warranty shall be for a period of not less than one year beginning at on-site acceptance. Warranty shall include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation. This warranty shall cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. These systems are scheduled for ultimate installation in early 2014 in a building currently under construction at the NIST Boulder site. Given this situation, offerors should be cognizant of the fact that some time may elapse between delivery of the systems, installation on site, and commencement of the warranty period. NIST will consider proposals for "delivery in place" of the systems at the offeror's facility prior to installation. In no case, however, will the warranty period begin prior to on-site acceptance at NIST. This requirement shall supersede any of the offeror's standard terms and conditions. Preferences will be given to longer warranty periods. To minimize our expenses in case of need for service, the laser manufacturer must have North America-based service personnel, and the system purchase must include a guarantee of service support on-site within 1 week during the warranty period. Inspection and Final Acceptance: 1. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as deemed appropriate by the Government to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. 2. The technical requirements set forth herein must be satisfactorily met in their entirety and all associated tasks, including installation and training, must be completed prior to acceptance of the system/solution by NIST. Factory Acceptance Tests: Prior to shipment, the offeror shall demonstrate the previously listed "performance specifications" at the manufacturing site. NIST personnel shall have the option of witnessing the factory tests. Offeror shall provide sufficient advance notice of the factory acceptance test to allow the scheduling of NIST personnel and travel. Performance specifications that require specific documentation as listed in section 3 "performance specifications" shall be furnished to NIST prior to shipment of the system. The documentation will include full description of measurement methods and conditions. On-site Acceptance Tests: Demonstration of the "performance specifications" listed in section 3. Delivery: Delivery shall be FOB DESTINATION and shall take place not later than 6 months after receipt of an order. FOB Destination means: The offeror 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 contract, 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 offeror shall deliver to Department of Commerce, National Institute of Standards and Technology Building 22, Shipping and Receiving, 325 Broadway, Boulder, CO 80305-3328. A Sources Sought notification was previously posted from 01/07/2014 to 01/24/2014, via NISTAMDBLDR-NB686010-14-172014. (SEE ATTACHED Solicitation Document for clear CLIN Table) Line Item Description Qty Unit Unit Price Total 0001 10 Kilowatt laser Welding 1.00 EA tiny_mce_marker____ tiny_mce_marker___ Workstation for Laser Material Processing 0002 Jog Pendant for hanheld 1.00 EA tiny_mce_marker_______ tiny_mce_marker____ Control of welding head with up to 6 axes of motion 0003 Process gas control 1.00 EA tiny_mce_marker_______ tiny_mce_marker_____ 0004 Welding fume ventilation 1.00 EA tiny_mce_marker_______ tiny_mce_marker_____ 0005 Rotary Axis 1.00 EA tiny_mce_marker_______ tiny_mce_marker_____ 0006 Laser Power meter 1.00 EA tiny_mce_marker_______ tiny_mce_marker_____ 0007 Automatic door handling 1.00 EA tiny_mce_marker_______ tiny_mce_marker_____ To ensure safe operation by Automatically closing doors During laser materials processing DELIVERY DATE: Would like to be able to use August 1, 2014. See Delivery information above. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.232-40, Accelerated Payment to SB Subcontractors. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2012) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) The Offeror represents that, as of the date of this offer- a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. Clauses 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-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business Concerns; 52.219-13, Notice of Set-Aside of Orders; 52.222-19, Child Labor - Cooperation With Authorities And Remedies; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.239-1, Privacy or Security Safeguards. Commerce Acquisition Regulations (CAR) 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance with the Laws 1352.209-74, Organizational Conflict of Interest 1352.213-70, Evaluation utilizing simplified acquisition procedures 1352.215-70, Proposal Preparation 1352.215-72, Inquiries 1352.233-70, Agency Protests 1352.233-71, GAO and Court of Federal Claims Protests Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an electronic copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination, for each CLIN. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an electronic copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. The description of each contract/order described in this section shall not exceed one half page in length. For each contract/order, the offeror shall provide the following information: 1.Contract number; 2. Description and relevance to solicitation requirements including dollar value; 3. Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract; 4. Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5. Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses. 6. Problems Encountered - include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Experience, 3) Past Performance, and 4) Price. All non-price factors, when combined, are significantly more important than price. Technical Capability: No demonstration models, used, or refurbished instruments will be considered. Item must be a commercially available product. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST's requirements. In evaluating technical capability, strongest consideration shall be given to: System Performance: This will be evaluated using the documentation provided by the offeror in response to section three (3) and four (4) of the functional specification. Experience: NIST will evaluate the extent of the offeror's experience providing comparable equipment, and has demonstrated technical expertise in laser welding process development using their apparatus. NIST will give preference to offerors who demonstrate they have sufficient skill with all the technologies they are proposing for the current requirement. The offeror will have worked with a minimum of 10 customers using laser welding workstations comparable to what will be supplied for this solicitation. Offeror should have customer support personnel with laser welding expertise and access to comparable laser welding workstations at their facility who are available for consultation on laser welding process development. Past Performance: The Government will evaluate the offeror's past performance and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Past Performance, Experience, and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. Non-Governmental Acquisition Support The Government may utilize non-Governmental acquisition support for processing of quotations submitted in response to this solicitation. These individual(s) will have access to the quotation information and will be assist the Contracting Officer in the procurement process by performing services including, but not limited to, preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental acquisition support will not conduct technical evaluations of any quotation and will not be involved in the final decision as to the awardee under this procurement. 1352.233-71 SERVICE OF PROTESTS (MAR 2000) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (Internet site: http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm) for the procedures for filing agency protests at the level above the Contracting Officer (with the Protest Decision Authority). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: LEISA LORD, CONTRACTING OFFICER 325 BROADWAY, MS 164 BOULDER, CO 80305 If a protest is filed with either the Protest Decision Authority, or with the General Accounting Office (GAO), a complete copy of the protest (including all attachments) shall be served upon both the Contracting Officer and Contract Law Division of the Office of the General Counsel within one day of filing with the Protest Decision Authority or with GAO. Service upon the Contract Law Division shall be made, as follows: U.S. Department of Commerce Office of the General Counsel Contract Law Division--Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 Attn: Mark Langstein, Esquire FAX: (202) 482-5858
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-14-01577/listing.html)
- Place of Performance
- Address: Department of Commerce, National Institute of Standards and Technology, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN03336199-W 20140413/140411234234-71bf1f126a4232432cd7235f4ec06fdc (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 |