Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13, 2001 PSA #2829
SOLICITATIONS

66 -- 2D AND 3D SURFACE TOPOGRAPHY INSTRUMENT

Notice Date
April 11, 2001
Contracting Office
National Institue of Standards and Technology, Acquistion and Logistics Division, Bldg. 301, Room B129, Gaithersburg, MD 20899-3571
ZIP Code
20899-3571
Solicitation Number
01-821-8492
Response Due
April 25, 2001
Point of Contact
TAMARA GRINSPON, Contract Specialist, (301) 975-4390, Anita K. Tolliver, Contracting Officer, (301) 975-6308
E-Mail Address
NIST Contracts Office (Contract@nist.gov)
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-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, #01-821-8492, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-22.*****The associated North American Industry Classification System (NAICS) code for this procurement is 421830, and the small business size is 500 Employees.*****The National Institute of Standards and Technology (NIST) has a requirement for 0001 a quantity of one (1) 2D and 3D Surface Topography Instrument and 0002 a quantity of one (1) HP950 CXI Color DeskJet Printer. The instrument and printer will be used for multiple tasks in surface metrology, especially for 2D and 3D surface topography with feature spacings in the micrometer to millimeter range, including measurement of surfaces to be modeled for reflectance. Other applications will include measurements of precision engineering parts from 50 um x 50 um to 97 mm x 97 mm. Quotations shall provide instrumentation which meets the following specifications in order to be considered for award:***(a) The instrument shall have the capability to employ both inductive and laser gauges for contact and non-contact measurements and be conveniently switch-able between these two probes; (b) Traversing length: 97 mm 97 mm ( X, Y); (c) Motorized column: 83 mm range (Z); (d) 2D straightness of travel: Less than or equal to: 0.25 um in 10 mm; 0.6 um in 50 mm; 0.9 um in 95 mm; (e) 3D straightness of travel: Less than or equal to: 0.7 um in (10 10) mm; um in (50 50) mm; 3.5 um in (95 95) mm; (f) Minimum point spacing: X = 0.5 um; Y = 1 um.* (*: Special NIST requirement); (g) Maximum scanning speed: 10500 um/s; (h) Maximum sample load: 5 kgf; (i) Nominal stylus force: 100 mgf; (j) Inductive gauge: Vertical resolution and range: 0.06 um in 2.5 mm range, or um in 0.5 mm range, and 0.002 um in 0.1 mm range; (k) Laser beam triangulation gauge: Vertical resolution: 1 um; Range: 10 mm; Vertical accuracy: 1 um on diffusing surfaces with homogeneous optical property; (l) Computer: Operating system: Windows NT4; CPU: Latest Pentium; Memory: 64 Mb ECC SDRAM; (m) Software: The software functions shall include: View rotation; Automatic leveling; Re-sampling; Multiple output formats and custom color palettes; Axis directions; Defect removal; Multiple profiles; Cylindrical/spherical/polynomial form removal; (n) Installation shall be provided; (o) Training, on site at NIST/Gaithersburg, MD, shall be provided, for up to three (3) individuals, at time of installation, and shall include, but not be limited to, familiarization with the instrumentation, its calibration and maintenance thereof, and instruction in use of the system for 2D and 3D operation, data retrieval, formatting, etc; (p) A one-year warranty on parts and labor shall be included.*****The following characteristics/capabilities are desirable and will be weighted favorably in the selection process: (i) Special software for tip radius correction; and (ii) An obtainable 100 mm Z clearance between the specimen table and the stylus tip.*****Delivery is required within 8 weeks after receipt of purchase order (ARO).*****The FOB point shall be DESTINATION, Gaithersburg, MD.*****Quotations will be evaluated in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-2-Evaluation of quotations or offers. Award will be made based on vendors' (A) Technical Capability to Meet Specifications (vendors shall address all specifications, and shall provide indication of understanding and ability to meet requirements); (B) Past Performance/Experience (vendors shall provide four (3) references to whom comparable systems preferably for similar applications -- have been sold over the past five (5) years, including organization name, point of contact, phone number, and fax number for each); and (C) Price. (A) and (B), when combined, are more important than (C).*****The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quotation, conforming to this synopsis/solicitation, will offer the BEST VALUE to the Government, price and other factors considered.*****Vendors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/requirement will be construed by the Government as inability to meet the need, or the vendor's taking exception to it. 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 www.arnet.gov .*****The following Federal Acquisition Regulation (FAR) provision applies to this solicitation: 52.212-1, Instructions to Offerors-Commercial; ***** 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 (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (19)(i) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (22) 52.225-15, Sanctioned European Union Country End Products; (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded at http://oamweb.osec.doc.gov/conops/reflib/alp1296.htm All interested, responsible small business firms should submit quotes (Original Plus One Copy Of Quote and Enclosures), by 3:00 PM, Washington DC time, on APRIL 25, 2001, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: TAMARA GRINSPON (01-821-8492), Building 301, Room B129, 100 Bureau Drive STOP 3571, Gaithersburg, Maryland 20899-3571. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request.
Web Link
NIST Contracts Homepage (http://www.nist.gov/admin/od/contract/contract.htm)
Record
Loren Data Corp. 20010413/66SOL001.HTM (W-101 SN50I996)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on April 3, 2001 by Loren Data Corp. -- info@ld.com