Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
SOLICITATION NOTICE

66 -- Custom Active Vibration Control System

Notice Date
8/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device 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
SB1341-06-Q-0683
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
Small Business Set-Aside
Total Small Business
 
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 (FAC) 2005-12. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is 100% set aside for small businesses. Only interested small businesses may submit a quote. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, Custom Active Vibration Control System to be used in the Manufacturing Metrology Division at NIST, Gaithersburg, MD. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, Custom Active Vibration Control System Background: The NIST small force laboratory needs to enhance the vibration isolation of its one-of-a-kind electrostatic force balance (EFB). The goals for this isolation system in order of importance are 1) to reduce the known vibration levels in the frequencies between 5 Hz and 250 Hz and 2) to cancel the effects of transient vibration sources, such as laboratory floor vibrations that are produced by foot traffic in the laboratory. Objective: Reduce vibrations of the EFB instrument platform by a factor of five in the frequencies between 5 Hz and 250 Hz subject to the following technical constraints: Objective must be accomplished working within the geometric constraints of our existing system (see drawings 1 and 2) and without compromising overall system performance at frequencies outside this bandwidth. Because the EFB is essentially a pendulum, the active vibration control system must not have low frequency vibrations that can adversely interact with its performance (e.g., a sub-hertz resonance in the isolation system is unacceptable). The ability of proposed systems to cope with moving payloads will be evaluated and will form part of the basis of technical evaluation. *** The system shall meet or exceed the following technical specifications: Vendor shall supply a vibration isolation system that creates an isolated pedestal that replaces our existing granite pier (drawing of granite pier is attached and is drawing number 1). The vibration isolation system shall be comprised of a granite pedestal and isolation mounts. The pedestal must have mounting surfaces with threaded holes that are identical with our existing pier, which has threaded holes on the top surface and one side as illustrated in drawing number 1). Payload (see assembly drawing number 2): An optical table and instruments less than 400 lbs. Dimensional constraints and tapped holes: see drawing number 1, the height of the top surface of the granite pedestal with respect to the laboratory floor must be maintained at all times (including power failures). This top surface must be able to be leveled to within 0.5 milliradians, and the control system must not result in deviations from this leveled position by more than 0.5 milliradians. Vibration control bandwidth: 0.6 Hz to 250 Hz Target vibration requirement: less than 0.05 micrometers/second peak-to-peak vertical and horizontal vibrations across the control bandwidth as measured at any location on the granite block when isolating the above payload. At a minimum, vendor must demonstrate reduction of the broad seismic peak currently observed in the vertical acceleration response (drawing number 3) between 5 Hz and 250 Hz by a factor of five. Moving payloads: small (less than 1 kg), low acceleration stage motions occur on the optical table on a regular basis. Vendors should provide evidence of their proposed systems? efficacy in the presence of such disturbances. An ability to rapidly (less than 100 ms) restore equilibrium after such disturbances is highly desirable. The granite pedestal serves as a stable platform on which we mount a vacuum isolated optical table that supports a host of precision measurement equipment. The proposed new system must conform to our existing fixtures. Threaded mounting holes, as shown on drawing number 1, are absolutely required at the indicated locations so that we can mount existing equipment and fixtures. The top surface of the vibration isolation pedestal must remain level, and the total height of the pedestal as measured from the laboratory floor to the top surface of the pedestal must not change when power fails (within 1 mm), control is turned off, etc. Vendor shall supply technical support necessary to achieve the desired performance specification. For instance, a site visit may be arranged immediately upon contract award. The purpose of this site visit is to: 1) Acquaint vendor with layout of the existing system and to allow the vendor to visually inspect the existing system and to see first hand and review all critical dimensions with the NIST COTR. 2) Measure the vibration signature on the existing granite pier so that the vendor can observe the baseline vibration level that must be improved in order to demonstrate vibration isolation after the upgrade to the active vibration isolation system. Vendor shall provide a preliminary design after the initial site visit in order to clearly show how their design complies with the existing fixtures and geometric constraints. NIST approval of this design drawing must be secured before vendor proceeds with fabrication of the system. Thus, a detailed, dimensioned schematic drawing is required to satisfy this preliminary design requirement. Vendors? quotations shall itemize the cost of providing this initial design as well as the estimated time to complete the initial design. The quotation should include any electrical and mechanical requirements (e.g., instrument air) that NIST must provide for the proper functioning of the proposed isolation system. NIST can provide standard instrument air and 120 Volt, AC power. Other options may be available, but vendor must coordinate with NIST. Design Review and Approval by the Government (Applicable to Line Item 0001) The Contractor shall submit the appropriate designs/drawings to the Government prior to the commencement of the manufacturing effort. The Government will review the documentation provided to ensure compliance with the specifications. Subsequent to this review, the Government will either approve the design or provide detailed comments as to any deficiencies. Any additional effort, if required, by the vendor to meet the design requirements shall be considered to be within the scope of this Line Item. Upon Government approval of the design, the vendor may commence the manufacturing phase of this contract. Approval by the Government as required above shall not relieve the Contractor of its obligation to comply with the specifications and with all other requirements of the contract, nor shall it impose upon the Government any liability it would not have had in the absence of such approval. Installation: Vendor will arrange to ship granite pedestal and isolation mounts to NIST. NIST will arrange for rigging of the pedestal into the NIST advanced measurement laboratory, Building 219, Room B0014. NIST will unpack the system and position the isolation mounts on the laboratory floor. NIST will supervise riggers as they remove the existing pedestal and replace it with the new vibration isolation system. After NIST completes initial setup and positioning, NIST will contact the vendor to arrange a mutually agreeable date, no later than 30 days after installation, for a site visit and acceptance testing. During the arranged site visit, the vendor will inspect the installation and approve the system setup. The vendor will then tune the vibration control system to demonstrate vibration control performance as described within the acceptance test and criteria. Documentation: Vendor will provide two copies of a manual for the system. This manual may be a three ring binder or other type of bound document but must include the following: 1) A description of the system that includes a drawing and list of materials 2) All associated product manuals, cut sheets, etc for the components of the system 3) A single page that provides a list of all user selectable programming variables and their values that are recorded at the time of acceptance, 4) A general instruction manual that describes the technical function of the system and recommended practices for tuning and troubleshooting the system 5) Hard copies of vibration responses measured at three locations on the new granite pedestal . Acceptance test and criteria: After the system is installed, NIST will place the balance components back on the optical table that rests atop the granite pedestal. The vendor will tune the active vibration control and measure the vibrations on the granite pedestal at three locations in all three axes and demonstrate that the system reduces the peak vibration spectra. At a minimum, vendor must demonstrate reduction of the broad seismic peak currently observed in the vertical acceleration response (drawing number 3) between 5 Hz and 100 Hz by a factor of five. 2. Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. *** **Delivery shall be FOB DESTINATION and be completed in accordance with the contractor?s commercial schedule. *** ***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 any 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ***Award will be made on a best-value basis. Under the Technical Capabilities factor, strongest consideration will be given for a quotation that is for a ?rigid? vibration isolation platform (greater than 73000 N/m). ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Quoters 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 Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: Clauses: 52.204-7 Central Contractor Registration 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: (5) 52.219-6, Notice of Total Small Business Set-Aside (14) 52.222-3, Convict Labor (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities (17) 52.222-26, Equal Opportunity (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (19) 52.222-36, Affirmative Action for Workers with Disabilities (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24) 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act (26) 52.225-13, Restrictions on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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 FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on September 6, 2006 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Todd Hill. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. See Numbered Note 1. ***
 
Place of Performance
Address: NIST
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01121757-W 20060824/060822220333 (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  © 1994-2020, Loren Data Corp.