Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

66 -- 5 Phase Motor Controller

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-06-846-3494
 
Response Due
7/31/2006
 
Archive Date
8/15/2006
 
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 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-08. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. The associated Standards Industrial Classification Code (SIC) for this procurement is 3826, and the small business size is 500 employees. All interested parties may submit a quote. LINE ITEM 0001: Stages and Motor Controller - Quantity one (1) each. The National Institute of Standards and Technology (NIST) has a requirement for a 5-PHASE motorized, multi-stage vertically stackable position control assembly with tilt capabilities in two directions, triple axis linear motion (X, Y, Z directions), rotation, and a matching 5-phase stepper motor controller, meeting the minimum specifications and submitted on a fixed price basis: 1. All Stages shall be operated with high resolution 5-phase motors; 2. Overall stage assembly height shall not exceed 230mm; 3. Tilt stage resolution shall be greater than or equal to 0.005 degrees with +/- 10 degrees of travel; 4. X and Y stage resolution shall be greater than or equal to 1 (one) micrometer with more than 15mm length of travel; 5. Z stage resolution shall be better than or equal to one (1) micrometer; 6. Rotational shall have a range of travel greater that 120 degrees with an angular resolution greater than 0.005 degrees; 7. Motor controller shall be computer programmable, have 4-6 axes, and control 5-phase motors. DELIVERY SHALL BE FOB DESTINATION. Delivery is required within 60 days after receipt of Order. *** 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 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: (1) 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: (2) 52.212-4 Contract Terms and Conditions?Commercial Items; (3) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (4) 52.219-6, Notice of Total Small Business Set-Aside; (5) 52.222-3, Convict Labor; (6) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; (7) 52.222-21, Prohibition of Segregated Facilities; (8) 52.222-26, Equal Opportunity; (9) 52.222-36, Affirmative Action for Workers with Disabilities; (10) 52.225-1, Buy American Act ?Supplies ; and (11) 52.232 33, Payment by Electronic Funds Transfer ? Central Contractor Registration; and (12) 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) Pricing; 2) Two copies of the technical description and/or product literature (without pricing); 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 Management Division, Attn: Joan Smith, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** Submission must be received by 3:00 p.m. local time on July 31, 2006 at 3:00 pm EST. TELEFAX & E-MAIL QUOTES SHALL NOT BE ACCEPTED.
 
Place of Performance
Address: Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01096135-W 20060726/060724220255 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.