Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

66 -- Equipment for a Microassembly Robot

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-03-826-3333
 
Response Due
6/12/2003
 
Archive Date
6/27/2003
 
Point of Contact
Joan Smith, Contract Specialist, Phone (301)975-6458, Fax (301)975-8884, - Michael Szwed, Supervisory Contract Specialist, Phone 301-975-6330, Fax 301-975-8884,
 
E-Mail Address
Joan.Smith@nist.gov, Michael.Szwed@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 NFORMATION 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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-13. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500 employees. All interested parties may submit a quote. ***The National Institute of Standards and Technology (NIST), has a requirement for equipment for a microassembly robot. The microassembly robot will be used to assemble micro-electromechanical systems and opto-electronic devices, and has been designed, based on commercially available actuators. These actuators include two linear motor stages, a direct drive rotary stage, and a vertical lift z-axis stage. In addition, the necessary drive electronics and cabling are required. The required actuators have very strict performance requirements, with respect to positioning resolution, repeatability, and accuracy. *** All interested parties are invited to submit a quote for the following line items: LINE ITEM 0001: Quantity two (2) each - Linear Motor Stage in accordance with the following specifications: (a) Shall be a linear motor stage driven by a linear brushless servo motor which does not have an iron coil. The brushless requirement guarantees that the system will not require frequent maintenance, and the ironless coil eliminates the possibility of cogging; (b) the linear motor stage shall have a total travel range of 100 mm; (c) the stage shall use crossed roller bearings to minimize friction; (d) the feedback sensor in the stage shall be a non-contact linear encoder with a resolution of 20 nm or better; (e) the motion repeatability shall be +/- 0.2 mm or better; (f) the motion accuracy shall be +/- 5 mm or better; (g) the run out error shall be less that +/- 3 mm; (h) the angular deviations error shall be less than +/- 8 arc sec; (i) maximum velocity shall be 200 mm/s or greater; (j) the maximum horizontal load which can be withstood under normal operation by the stage shall be at least 9 kg; (k) two linear motor stages shall be able to be stacked, one on top of the other, to form an x-y configuration. Axis alignment should be +/- 15 arc sec or less; and (l) the overall workspace for the stacked linear motor stages should not exceed an area of 40 cm x 40 cm. LINE ITEM 0002: Quantity one (1) each - Rotary Stage in accordance with the following specifications: (a) Shall use a direct drive brushless servo motor design with an ironless coil to avoid cogging; (b) shall be capable of a full 360 degrees of rotation; (c) shall include a high-precision rotary encoder with a resolution of 0.1 arc sec or better; (d) the motion repeatability shall be +/- 2 arc sec or less; (e) the axis wobble shall be 15 arc sec or less; (f) the axial runout shall be 3 mm or less; (g) maximum load shall be 2 kg or greater; (h) the rotary stage must have a tabletop between 50 and 100 mm; and (i) the rotary stage shall have dimensions smaller than 120 mm x 120 mm x 120 mm. LINE ITEM 0003: Quantity one (1) each - Vertical Lift Stage in accordance with the following specifications: (a) The z-axis stage shall be able to be inverted and still work properly; (b) the stage shall use a linear motor to avoid backlash; (c) it shall have between 15mm and 30 mm of total travel; (d) it shall have a linear encoder with a resolution of 20 nm or better; (e) the motion repeatability shall be +/- 0.25 mm or less; (f) the motion accuracy shall be +/- 2 mm or better; (g) the maximum load shall be greater than 5 kg; (h) the axial runout shall be less than +/- 1 mm; and (i) he angular deviations error shall be less than +/- 8 arc sec. In addition, the drive electronics shall be independent, wall voltage powered systems, which can be operated in torque/force mode. The input to the drives will be a +/- 10 V signal. LINE ITEM 0004: Quantity four (4) each - Motor Amplifier LINE ITEM 0005: Quantity four (4) each - Encoder Signal Multiplier LINE ITEM 0006: Quantity four (4) each - Motor Drive Cable. LINE ITEM 0007: Quantity four (4) each - Motor Feedback Cable. LINE ITEM 0008 Quantity one (1) each - X. Y assy to 10 arc sec *** DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 6 weeks after the Order is placed. *** The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. *** Award shall be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical and Past Performance, when combined, are more important than price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Offerors shall include the make and model of the product, manufacturer sales literature or other product literature that clearly documents that the offered product meets or exceeds the specifications stated above. Evaluation of Past Performance shall be based on the references provided in accordance with FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 52.222-21, Prohibition of Segregated Facilities; (2) 52.222-26, Equal Opportunity; (3) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (4) 52.222-36, Affirmative Action for Workers with Disabilities; (5) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (6) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (7) 52.225-3 Buy American Act - North American Free Trade Agreement - Israeli Trade Act (41 USC 10a-10d, 19 USC 3301 note, 19 USC 2112 note); (8) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and (9) 52.232 34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (31 USC 3332); and (10) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** All interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies of the technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on June 12, 2003. FAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: NIST/Gaithersburg/Maryland
Zip Code: 20882
Country: US
 
Record
SN00334076-W 20030531/030529213307 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.