Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1999 PSA#2290

National Institute of Standards & Technology, Acquisition & Assistance Div.,100 Bureau Drive Stop 3572, Bldg. 301, Rm B117, Gaithersburg, MD 20899-3572

36 -- MECHANICAL POSITIONING SYSTEM SOL 53SBNB960051 DUE 030899 POC Nick Nichols, Contract Specialist, (301) 975-6333; Romena R. Moy, Contracting Officer, (301) 975-4999 WEB: NIST Contracts Homepage, http://www.nist.gov/admin/od/contract.htm. E-MAIL: NIST Contracts Office, Contract@nist.gov. This action is restricted to Parker Hannifin manufactured products to ensure mechanical compatibility and software continuity in existing National Institute of Standards and Technology (NIST) systems. NIST intends to negotiate for a brand name only computer controlled positioning system with the following minimum specifications: a) COM ZETA 6104 Drive/Indexer. b) COM ZETA 57-51-MO NEMA 23 single-stack motor. c) COM ZETA 57-83-MO NEMA 23 double-stack motor. d) COM ZETA 83-135-MO NEMA 34 triple-stack motor. e) DAE 20501RT-EP-H2C4ME1, 5.00 inch motor driven rotary table with 180:1 gear ratio, assembled to plate, imperial precision grade with magnetic home switch and bellows coupling, 23 frame motor mount, no encoder. f) DAE adapter plate, approximately 24 inch diameter with hole patterns for eight (8) 20501RT tables and a 1.25 inch diameter hole at center of all 8 rotary table stations mounted on 21201 table. g) DAE21201RT-EP-H2C4M1E1, 12 inch motor driven rotary table with 180:1 gear ratio, imperial precision grade with magnetic home switch bellows coupling, 23 frame motor mount, no encoder, mounted to 412004ST table. h) DAE 412004ST-EP-D1L2C2M1-E1-W1, 4:00 inch travel square table modified with .2 inch lead, imperial precision grade with magnetic inboard limit switch, 34 frame motor mount bellows coupling, no encoder, no ways covers. All wires and cables are to be completely assembled with plugs and connectors where appropriate. Commercial warranty shall be included in the quoted price. The delivery schedule is required no more than six weeks after the date of the purchase order award (FOB Destination Gaithersburg, MD). This is a combined synopsis/solicitation for brand name only commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 will not be issued. Solicitation 53SBNB860111 is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-10. This action is unrestricted. The Standard Industrial Code (SIC) code is 3629. The small business size standard is 500 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Other factors include the offerors ability to provide post sales and engineering support on a timely basis. FAR clauses and provisions referenced in this solicitation may be downloaded from http://www.arnet.gov/far. Offerors shall comply with the provision at FAR 52.212-2 and submit a sufficient description of the items being offered in order to evaluate compliance with the requirements in this solicitation. Evaluation criteria to be included in paragraph (a) of the provision 52.212-2 are as follows: (1) the technical capability of the items offered to meet the Government's requirement; (2) past performance; and (3) price; in descending order of importance. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial items, applies to this acquisition. Also the clause at 52.212-5, Contract Terms & Conditions required to implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition, including paragraph B, subparagraphs (6) 52.222-26, (7) 52.222-35, (8) 52.222-36, (9) 52.222-37, (10) 52.225-3, and (15) 52.225-21, Alt.I, and paragraph C, subparagraphs (1) 52.222-41 and (2) 52.222-42. Wage Determination Number 94-2103, Revision 16, dated June 5, 1998 is applicable to performance in the District of Columbia, Maryland and Virginia. Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. Offers are due by 3:00 P.M. EST on March 8, 1999 and must include a copy of the provisions at 52.212-3, offeror Representations and Certifications -- Commercial Items which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. All offers should be sent to the National Institute of Standards & Technology, Acquisition & Assistance Division, Bldg. 301, Rm. B117, 100 Bureau Drive, Stop 3572, Gaithersburg, MD 20899-3572. Faxed offers will not be accepted. For information, call the POC identified above. Posted 02/23/99 (W-SN301094). (0054)

Loren Data Corp. http://www.ld.com (SYN# 0250 19990225\36-0001.SOL)


36 - Special Industry Machinery Index Page