Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1997 PSA#1984

NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135

61 -- POSITIONING STAGE SOL 3-083515 DUE 121697 POC Nancy M. Shumaker, Purchasing Agent, Phone (216) 433-2133, Fax (216) 433-2480, Email Nancy.M.Shumaker@lerc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/LeRC/date.html#3-083515. E-MAIL: Nancy M. Shumaker, Nancy.M.Shumaker@lerc.nasa.gov. DESCRIPTION: Item 1. Position stage, like Aerotech ATS02010-U-04P-0/101SM2E-HM/ESXXXX, or equal with 4 inches travel maximum, end of travel limit switches, home marker, 1/4-20 tapped holes on 1 inch centers, 4mm/rev super precision ground ballscrew, stepping motor with end exit connector and terminal block, bellows waycovers, straightness and flatness of travel 2um/25mm. Accuracy of 1um/25mm, repeatability of 1um. Load capacity of 45.5kg in horizontal plane and 22.7kg in vertical plane and compatible with existing unidex 11,12, and 550 controllers. Item 2. Drive Chassis for item 1, like Aerotech DR500R-4-A-40/AM16007C-F5/AM16007C-F5/AM16007C-F5/AM16007C-F5/, or equal with 19 inch rack mountable chassis, 4 integral stepping translators with current command, integral power supply and transformer, cable connectors only (NO HARD WIRING IN ORDER TO USE), redundant safety features fused at 5 amps. Item 3. Machine Controller, like Aerotech U550CNC-R-A/MMI-NT/ESXXXXX, or equal with rack mountable unit, 4 axis motion card, pentium p5 120mHz cpu with 32 Mbyte RAM, 8 open slots for additional position controllers, labview driver, C. Compatible with existing position stages. Item 4. Motor to drive chassis cable, connects item 1 to item 2. Item 5. Controller to drive chassis cable, connects item 2 to item 3. Item 6. SVGA monitor for item 3. Item 7. Right angle bracket to mount traversing stages (item 1) in x-z, or y-z axis orientations. If other than the brand name idenitified is quoted, then the quoter shall indicate the manufacturer, brand, and model/part number quoted and provide a description in sufficient detail to show that the product quoted meets the specifications and brand name identified in this notice. Delivery is to Cleveland, Ohio 44135. All responsible sources may submit a quotation which will be considered. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. The Standard Industrial Classification Code (SIC) for this procurement is 3625. The Small Business Size Standard is 750. This procurement is being conducted under the Simplified Acquisition Threshold (SAT) portion of the Federal Acquisition Streamlining Act (FASA). The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial; 52.212-4 Contract Terms and Conditions; and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Offerors must include a completed copy of the provision 52.212-3 Offeror Representations and Certifications -- Commercial Items (available at URL: ftp://procure.msfc.nasa.gov/pub/reps_certs/sats/ with their offer. All documents related to this procurement will be available via the NASA Acquisition Internet Service (NAIS). The documents will resided on a World Wide Web server, which may be accessed using client browsers, such as MOSAIC or Netscape. The WWW address, or Uniform Resource Locator (URL) of the Lewis Research Center Business Opportunities page is http://procurement.nasa.gov/EPS/LeRC/class.html. EVALUATION FACTORSAward shall be made on best value to the Government, with consideration given to price, delivery, past performance, warranties and other considerations of value. It is anticipated that an award will be made within 10 business days after the date for submission of quotes. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Hard copies may be obtained from the identified point of contact; however, the closing date is as stated in this combination synopsis/solicitation, inclusive of any amendments. In accordance with NASA FAR Supplement clause 1852.215-84, an ombudsman has been appointed to hear concerns from offerors, potential offerors and contractors during the preaward and postaward phases of this acquisition. HOWEVER, BEFORE CONSULTING WITH ANY OMBUDSMAN, parties should first address their concerns, issues, disagreements, and/or recommendations to the contracting officer specified above for resolution. If resolution cannot be made by the contracting officer, concerned parties maycall the installation ombudsman, Dr. Julian Earls, at (216) 433-3014. Concerns and issues which cannot be resolved at the installation may be referred to the NASA ombudsman, the Deputy Administrator for Procurement, at (202) 358-2090. PLEASE DO NOT CONTACT THE OMBUDSMAN TO REQUEST COPIES OF THE SOLICITATION, VERIFY OFFER DUE DATE, CLARIFY TECHNICAL REQUIREMENTS, ETC. Requests of this nature should be made either to the contracting officer or as specified elsewhere in this document. Quotes may be submitted via the point of contact listed above. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. NUMBERED NOTES: 1 100% set aside for small business concerns A Definition of Commercial Items (0335)

Loren Data Corp. http://www.ld.com (SYN# 0159 19971203\61-0001.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page