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