Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,1996 PSA#1669

National Institute of Standards and Technology, Acquisition and Assistance Division, Building 301, Room B117, Gaithersburg, MD 20899

66 -- MICROPOSITIONING SYSTEM SOL 53SBNB6C9291 DUE 091296 POC Kathy Lettofsky (301) 975-6342 This is a combined solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 53SBNB6C9291 and the solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. The standard industrial classification (SIC) code is 3821. The contract line item numbers (CLINs) and items, quantities and units of measure are: CLIN 0001 X-ray Diffraction Imaging System, 01 Lot; 01 Job; CLIN 0002 Warranty, 01 year. Please submit your pricein accordance with the CLIN structure identified in the previous sentence. The National Institute of Standards and Technology (NIST) intends to acquire this apparatus to perform x-ray diffraction imaging experiments using a post-sample analyzing crystal with the following minimum requirements: Three precision stepper-motor-driven rotary stages configured as shown in Figure 1 (Prospective offeror shall contact Kathleen Lettofsky at (301)975-6342 to request a copy of this Figure 1, which will be faxed to the interested party.) 2) The theta rotator holds the sample, the two-theta rotator holds the detector arm to which the omega rotator is mounted. When mounted to its support, this apparatus shall be oriented so that all rotation axes shall be horizontal. The overall mass of the system shall not exceed 45 kg. The distance from the base of the two-theta rotator to the theta rotator working surface shall not exceed 30 cm. The thetaand two-theta rotation axes shall be concentric to 20 micrometer at 150 mm above the theta rotator and parallel to at least 10 arc seconds. The theta and two-theta rotators shall each have incremental encoders with a resolution of at least 0.0001 degree and a precision of at least 0.0003 degrees. Encoders shall interface with existing hardware and software by providing a TTL pulse (0.5V low, 2.5V high) for each encoder increment, the TTL pulse shall be compatible with a Kinetic Systems model 3640-L1A up/down counter. Each encoder shall havea digital display, with reset to zero capability, showing the position of the theta and two-theta rotary stages. The most significant digit of the display shall correspond to the resolution of the encoder. The display boxes shall have cables 20 m long. The step size of all rotators shall be 0.0001 degrees.This may be achieved by ministepping or gear reducing. The same mechanism shall be used for all rotators. All rotation axes will be tested with existing custom motion control software and existing Newport-Klinger MD2L motor drivers.Each rotation stage must take one step per clock pulse provided by the motion control software. The vendor supplied motor drivers shall be tested by supplying them with clock and direction pulses from the custom control software.Each rotator shall take one step for each clock pulse sent to the vendors'motor driver. The working surface of the omega rotator shall be in the same plane as the working surface of the theta rotator. The theta rotator shall be able to support a cantilevered load of 10 kg with a center of mass offset from the face by 15 cm, as shown in Figure 1. The detector arm shall be long enoughso that the omega rotation axis shall be at least 500 mm from the theta rotation axis. The detector arm shall have an optical rail to vary the distance of the omega rotator from the theta rotation axis in a straight line and to accommodate mounting additional detectors. The flatness of the rail shall be at least 400 micrometer over its full length and the average parallelism of the omega and theta rotators shall be at least 0.05 degrees. The detector arm shall support, in all orientations, a load of 10 kg on the omega rotator located 500 mm out from the sample axis. All stepper motors shall be 4-phase. Limit switches shall be provided and operate in the normallyclosed configuration. All rotators shall be able to rotate through 360 degrees (limitations caused by movable limit switches are acceptable). The center of mass of the system with maximum specified loads shall be provided. Motor drivers shall be provided for each rotator. The drivers shall accept clock and direction pulses. Cables 20 m long shall be provided between the rotary stage motors and motor drivers and for theoutput of the encoder interpolation boxes. The contractor shall test the system and insure that all the above mentioned requirements are met prior to shipping and provide documentation of suchtesting performed. The system shall pass acceptance testing before acceptance and payment will be authorized. NIST requires delivery of the system within five months after receipt of thecontract, FOB Destination, Gaithersburg, MD. The provision at 52.212-1, Instructions toOfferors-Commercial, applies to this acquisition. The provision at 52.212-2,Evaluation-Commercial Items applies to this acquisition with the following specific evaluationcriteria to beincluded in paragraph (a): (i) technical capability of the items offered to meet the Governmentrequirement; (ii) past performance/experience and (iii) price. Technical capability and past performance, when combined, are significantly more important than price. Evaluation of thespecific evaluation criteria will be based on information submitted in response to this RFQ. It is recommended that information be included which demonstrates that the items offered meet all the requirements identified in this combined synopsis/solicitation. Information which merely offers to furnish the items in accordance with the requirements of the Government or does not address arequirement contained herein will be evaluated based on this information or lack of information. Offerors are cautioned to submit proposals on the most favorable basis, since the Government may elect to make an award without further discussions or negotiations. Proposals submitted inresponse to this combined synopsis/solicitation shall be in an original and two copies. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations andCertifications--Commercial Items, with its offer. The clause at 52.212-4, Contract Terms andConditions--Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Termsand Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition and includes the following FAR clauses: 52.219-8, Utilization of SmallBusiness Concerns, and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36,Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on SpecialDisabled Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies;52.225-18, European Union Sanction for End Products; 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. Interested parties shall submit offers which include, but should not be limited to, the 11 items outlined in FAR 52.212-1(b), and information requested in this synopsis/solicitation to the National Institute of Standards and Technology, Acquisition and Assistance Division, Building 301, Room B117,Gaithersburg, MD 20899, ATTN: Kathleen Lettofsky, Solicitation No. 53SBNB6C9291. Offers must be received by 3:00 on September 13, 1996. Offers or modifications of offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. For information regarding the solicitation contact Kathleen Lettofsky,Contract Specialist. Her telephone number is (301)975-6342 and the FAX number is(301)963-7732. This announcement constitutes the only solicitation; quotations are being requested and awritten solicitation will not be issued. (0240)

Loren Data Corp. http://www.ld.com (SYN# 0240 19960828\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page