Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2004 FBO #0788
SOLICITATION NOTICE

58 -- MICROPOSITIONING SYSTEM

Notice Date
1/22/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-F33TSW33390100
 
Response Due
2/4/2004
 
Archive Date
2/19/2004
 
Point of Contact
Tijuana Brown, Contract Specialist, Phone 850-882-0358, Fax 850-882-4961, - Andrea Vigliotti, Contract Specialist, Phone 850-882-0341,
 
E-Mail Address
tijuana.brown@eglin.af.mil, andrea.vigliotti@eglin.af.mil
 
Description
The Air Armament Center (MC), Eglin AFB, FL intends to award a Firm- Fixed Price contract for a Field of View (FOV) Mapper Micropositioning System. 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; proposals are being requested and a written solicitation will not be issued. The announcement number is F33TSW3390100. This solicitation is issued as a Request for Quotation (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 334220, with a small business standard size of 750 employees. This is a small business set-aside. Please identify your business size in your response based upon this standard. The requirement is for CLIN 0001 a Micropositioning system, FOV Mapper, Hexapod 6 Axis, with motor controller, 05.mm/sec., Quantity One (1). CLIN 0002 Control Pad, Interactive, upgrade, Quantity One (1). CLIN 0003 Interface, GPIB/IEE 488, Quantity One (1). Purpose of this device is to map the FOV of single-pixel instruments operated and maintained by TSWI. A positioning device is required to satisfy this effort. The FOV of the instruments to be tested are 10 to 75 milliradians. The weights of the instruments, sources, and alignment equipment to be tested are 5 to 220 pounds. The maximum amount of floor space available is 5m Length X 2m Wide X 2m Height. Any hardware procured including the GFE instruments, sources, and alignment equipment shall fit into this space. This device shall be capable of receiving and digitally recording (to a Microsoft Windows 2000/XP compatible PC) an analog signal of ?1OV, 5KHz. Any control hardware provided shall have the ability to be controlled remotely via a GUI operating on a Microsoft Windows 2000/XP PC. In addition, a software development kit (SOK) for C++ and Visual Basic shall also be included with the control hardware. The positioner shall have the following specifications: Acceptable payload capacities are 50 Ibs center load (required), 250 Ibs (desired) and 50 Ibs for a non-centered, random load. Three degrees of freedom (DOF) are acceptable but 6 DOF is highly desired. The Three degrees shall be the rotational movement about the X, Y and Z axis. The other Three DOFs are X, Y and Z lateral motion. The displacement specs for the different DOFs are + or -3 degrees (required), + or -4 degrees (desired) for the rotational axis. For the linear axis, the displacement shall be at least + or -25 millimeters in the Z direction and + or -50 mm (required), + or -200 mm (desired) in the X and Y direction. The minimum incremental motion for the rotational axis is 500 micro-radians (urads) (required), 100 urads (desired). X, Y and Z minimum incremental motion is 1 micrometer (um). The repeatability of the displacement and increment specs shall be + or -10 urads for the rotational axis' and + or -2 um for the X, Y and Z axis. Velocity of the rotational axis shall be 3 milli-radians per sec (Mrad/sec) (required), 50 mrad/sec (desired). X,Yand Z velocities shall be .3mm/sec (required), 5 mm/sec (desired).nterface, GPIB/IEE. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. FAR 52.212-1, Instructions to Offerors-Commercial Items- (Oct.00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan.99) Evaluation will be based on the following factors: price and technical (capability of item(s) offered to meet the government's needs); 52.212-3 Offeror Representations and Certifications-Commercial Items- (Jul.02) (Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Tijuana Brown at the below e-mail address); 52.212-4 Contract Terms and Conditions-Commercial Items- (Feb.02), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 02); 52.232-33, Mandatory information for Electronic Funds Transfer payments- (May 99); 52.247-34, F.O.B Destination-Nov, 91 52.252-2, Clauses Incorporated By Reference-Feb.98 (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 252.204- 7004, Required Central Contractor Registration (CCR)- (Nov.01); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items- (Jul.O2). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time on 4 February 2004. Send all quotations to Tijuana Brown, 205 West D. Avenue, Suite 541, Eglin AFB, FL 32542-6864, or by facsimile to 850-882-4916, or by E-mail at tijuana. brown@eglin.af.mil.
 
Record
SN00508022-W 20040124/040122212200 (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.