|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1998 PSA#2013NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 66 -- TURNKEY PORTABLE SIX-AXIS, COUNTER-BALANCED,
TEMPERATURE-COMPENSATED MEASUREMENT ARM SYSTEM DUE 012298 POC Linda M.
Kendrick, Contracting Officer, Phone (216) 433-2407, Fax (216)
433-5185, Email Linda.M.Kendrick@lerc.nasa.gov WEB: Click here for the
latest information about this notice,
http://procurement.nasa.gov/EPS/LeRC/date.html#3-091443. E-MAIL: Linda
M. Kendrick, Linda.M.Kendrick@lerc.nasa.gov. This notice 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; quotes are being requested and a written
solicitation will not be issued. This procurement is being conducted
under the Simplified Acquisition Procedures (SAP). Lewis Research
Center (LeRC) intends to purchase ONE MEASUREMENT SYSTEM. This SYSTEM
measures finite distances. It will be used to measure wind tunnel
models and positions of objects inside LeRC facilities at minute
accuracies that usually can only be accomplished at the LeRC inspection
laboratory. The SYSTEM will be portable, so that items that cannot be
physically moved to the inspection lab (or cannot survive the time
delays associated with such a move) can be accurately measured. The
MEASUREMENT SYSTEM shall conform to the following specifications: 1.
The SYSTEM shall include a turnkey, portable, six-axis,
fully-integrated, counter-balanced, temperature-compensated Measurement
ARM. 2. The ARM shall be capable of making measurements in an 8-foot
spherical diameter, with a minimum accuracy of +/- 0.003 inches
anywhere in the measurement volume. 3. The ARM shall be constructed of
anodized aircraft aluminum and shall have a built-in automatic
temperature compensation system. The ARM (including the built-in
temperature system) shall weigh no more than 30 lbs. 4. The ARM shall
have, at minimum, six degrees of freedom: two axes at the base, two
axes at the elbow, and two axes at the wrist. The ARM's design shall
allow for a seventh degree of freedom, which the vendor will describe
and price in its Quote. The government may (or may not) elect to
purchase the seventh degree of freedom at time of Order, or may
negotiate an option for future purchase. 5. The ARM shall be supplied
with several removable/replaceable probe tips (items 5a through 5d,
below). The probes shall be capable of being fully calibrated in less
than 30 seconds. Once training has occurred (see item 17, below),
calibration shall not require the vendor's participation or guidance.
5a. two 0.250" ball probes 5b. one 0.125" ball probe 5c. one hard point
probe 5d. one conductance touch probe (this will allow a point to be
measured when the probe contacts a metal object) 6. The ARM shall
accept custom probe designs specific to the (future) needs of the user.
The ARM shall accept curved/angled probes for expanded access. The ARM
shall not be limited to accepting only probes manufactured by, or
licensed by, the vendor. 7. The ARM shall have a surface mounting plate
(this will allow the measurement system to be bolted to a stable
surface). 8. The SYSTEM shall include a magnetic mounting kit. 9. The
SYSTEM shall include a ball bar unit for accuracy verification that can
be used before, during, and after a measurement session certification.
10. The SYSTEM shall include a Certification Kit (all of the equipment
needed to perform a sphere-to-sphere certification with the
NIST-certified standard). 11. The SYSTEM shall include a Leapfrog
assembly, which will allow the ARM to be moved around to expand the
measurement radius. The ARM shll be capable of being moved (while
maintaining the original alignment) to measure a volume larger than the
mechanical limitations of the ARM. Additional measuring systems, such
as lasers or mechanical slide gauges, are not permissible. 12. The
SYSTEM shall include a heavy-duty carrying-case for the ARM. 13. The
SYSTEM shall include a controller unit, which shall capture
3-dimensional data from the ARM, by digital signal processing
technology, and shall communicate by RS 232 to a Notebook Computer (see
item 14, below). 14. The SYSTEM shall include a Pentium 166Mhz Notebook
Computer, which, at minimum, shall have 40 MB RAM, 2.1GB HD, 12.1" SVGA
color screen, built-in sound, and a rugged carrying-case. At minimum,
this Notebook Computer shall have the following pre-loaded software:
14a. 3D Reverse Engineering and Inspection software that can: 14a1.
perform dimensioning for point-to-point, point-to-line, point-to-plane,
and plane-to-plane distance measurements; 14a2. measure a variety of
basic and prismatic features; 14a3. perform cross-section, chordal, or
free-hand scanning; 14a4. align a reference coordinate system using
sets of planes, lines, and points; and 14a5. perform data output and
exchange, including but not limited to DWG, CSF IGES, WMF, ASCII, EPS,
and BMP formats. 14b. AutoCAD, Release 13 14c. AutoSURF, Release 2 15.
The software described in item 14, above, shall provide real-time
feedback of dimensional and visual CAD data (i.e., as a feature is
measured it shall be drawn on the Notebook Computer screen (see item
14, above) in real-time. 16. The SYSTEM shall include all of the
interconnecting cables to connect the ARM to the Notebook Computer. 17.
The SYSTEM shall include training for a minimum of two persons, in the
use of the SYSTEM and ARM and Notebook Computer. Training shall occur
at LeRC, unless the vendor supplies another facility at an alternate
location acceptable to the NASA Contracting Officer. (An alternate
location is not acceptable, unless specifically accepted in writing by
the NASA Contracting Officer.) [NOTE: THE OFFEROR SHALL DESCRIBE ITS
TRAINING PROGRAM AND ANTICIPATED TRAINING SCHEDULE. THE GOVERNMENT
ANTICIPATES THAT ITS FINAL ACCEPTANCE OF THE SYSTEM SHALL NOT OCCUR
UNTIL TRAINING IS COMPLETED AND CONFORMANCE OF THE PRODUCT TO THE
SPECIFICATIONS IS CONFIRMED.] The provisions and clauses in the RFQ are
those in effect through FAC 97-02. The SIC code and the small business
size standard for this procurement are 3829 and 500 employees,
respectively. The quoter shall state in their quotation their size
status for this procurement. All qualified responsible business sources
may submit a quotation which shall be considered by the agency.
Delivery to Lewis Research Center is required within 45 days ARO.
Delivery shall be FOB Destination. The DPAS rating for this procurement
is DO-A7. Quotations for the items(s) described above may be mailed or
faxed to the identified point-of-contact (the Contracting Officer), by
the date/time specified. Quotations must include the Reference Number
"091443", AN AFFIRMATIVE STATEMENT THAT EVERY SPECIFICATION (items 1
through 17, above) IS FULLY MET by the offered product, the proposed
delivery schedule, the discount/payment terms, the warranty duration
(if applicable), the taxpayer identification number (TIN),
identification of any special commercial terms, the information
especially called for by items 4 and 17, and the Quotation must be
signed by an authorized company representative. Quoters shall provide
the information required by FAR 52.212-1. If the end product(s) quoted
is other than domestic end product(s) as defined in the clause
entitled "Buy American Act -- Supplies," the quoter shall so state and
shall list the country of origin. The Representations and
Certifications required by FAR 52.2l2-3 may be obtained via the
internet at URL:
ftp://procure.msfc.nasa.gov/pub/reps&llmdash;certs/sats Questions
regarding this acquisition must be submitted in writing no later than
January 16, 1998. Quotations are due by JANUARY 22, 1998 to the address
specified above and to the attention of the Contracting Officer, Linda
Kendrick at Mail Stop 500-305. Quoters may, if they choose, submit
their quote via FAX at (216) 433-5185, HOWEVER, THIS FAX IS NOT SECURED
AND THE QUOTER IS NOT ASSURED OF CONFIDENTIALITY. Quoters may, if they
choose, submit their quote via e-mail (address appears below),
HOWEVER, THIS E-MAIL IS NOT SECURED AND THE QUOTER IS NOT ASSURED OF
CONFIDENTIALITY. Selection and award will be made to the lowest priced,
technically acceptable quoter. Technical acceptability will be
determined by information submitted by the quoter providing a
description in sufficient detail to show that the product quoted meets
the Government's requirement. Quoters must provide copies of the
provision at 52.212-3, Offeror Representation and Certifications --
Commercial Items with their quote. See above for where to obtain copies
of the form via the Internet. An ombudsman has been appointed -- See
Internet Note "B". Prospective quoters shall notify this office of
their intent to submit a quotation. 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). Any
referenced notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0013) Loren Data Corp. http://www.ld.com (SYN# 0277 19980116\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|