Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 16,1998 PSA#2052

National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899

66 -- HIGH-RESOLUTION TWO-AXIS ELECTRONIC AUTOCOLLIMATOR SOL 53SBNB860032 DUE 032798 POC Contracting Officer, Joan M. Smith, (301) 975-6458, Contract Specialist, Tamara Grinspon, (301) 975-4390 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation, #53SBNB860032, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. The associated Standards Industrial Classification Code (SIC) for this procurement is 3827, and the small business size is 500 Employees. The National Institute of Standards and Technology (NIST) has a requirement for: a quantity of one (1) High-Resolution Two-Axis Electronic Autocollimator. The autocollimator will be used with the Government's existing re-engineered Advanced Automated Master Angle Calibration System (AAMACS) and must, therefore, be a high resolution unit in order to fully realize the incrementing ability of the AAMACS. The autocollimator shall be capable of measurement in two-axes (X and Y) so as to be able to measure artifact squareness errors. Furthermore, the autocollimator shall have instrument resolution of at least 0.005 arc-seconds in both measurement axes over a measurement range of at least 300 arc-seconds. To aid in artifact alignment, the autocollimator shall have a signal acquisition range greater than the measurement range, 1000 arc-seconds or larger. Accuracies shall meet the following criteria: total measurement range accuracy of +/- 0.03 arc-seconds or better; in any single 10 arcsecond interval, accuracy of +/- 0.01 arc-seconds or better; autocollimator repeatability of +/- 0.01 arc-seconds or better. The autocollimator optics shall have a focal length of at least 1100 mm to make full use of existing AAMACS fixturing equipment. The unit shall be capable of receiving a reflected image from a distance of up to 3 meters or more. In addition, the autocollimator shall have an RS-232 computer-interface for computer control and data acquisition. Delivery is required within 16 weeks after receipt of order (ARO). Delivery location is the National Institute of Standards and Technology, Building 301, Receiving Room, Gaithersburg, Maryland 20899-0001. Acceptance location will be the address of the Contracting Officer=s Technical Representative (COTR). The FOB Point shall be Destination, Gaithersburg, Maryland. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items. Evaluation Criteria to be included in paragraph (a) of provision 52.212-2 are, in descending order of importance, as follows: Technical capability to meet or exceed the Government's specifications, Past performance (offerors shall submit evidence of having produced and sold comparable units, with indication of performance success), and Price. Technical evaluation criteria, when combined, are significantly more important than price. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to this synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans; (8) 52.222-36, Affirmative Action for Handicapped Workers; (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of theVietnam Era; (10) 52.225-3, Buy American Act-Supplies; (13) 52.225-18, European Union Sanction for End Products; (15) 52.225-21, Buy American Act, North American Free Trade Agreement Implementation Act-Balance of Payments Program; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. All interested, responsible business concerns should submit quotes, by 3:00 PM, Washington, DC time, on March 27, 1998, to the National Institute of Standards and Technology, Acquisition and Assistance Division, Attn: Tamara Grinspon, Building 301, Room B117, Gaithersburg, Maryland 20899-0001. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request, either by telephone or fax (0071)

Loren Data Corp. http://www.ld.com (SYN# 0315 19980316\66-0013.SOL)


66 - Instruments and Laboratory Equipment Index Page