Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

66 -- Stylus Measuring Instrument

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0301
 
Response Due
8/2/2007
 
Archive Date
8/17/2007
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. 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) 2005-17. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 423440 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. *** ***The National Institute of Standards and Technology (NIST) has a requirement for a Stylus Measuring Instrument to be used in the Precision Engineering Division at NIST, Gaithersburg, MD. *** Background: The Precision Engineering Division at NIST has a requirement for a stylus contacting surface measuring instrument. The instrument shall be a skidless system having a horizontal (X) motion slide on a flat reference surface (datum). Surface profiles are scanned, digitized, and analyzed using a computer control system. Instrument shall have sufficient range to measure partial forms of curved surfaces, such as hardness indenter tips, land impressions of fired bullets, etc. Vertical resolution shall be high enough as to accurately record profiles with very small undulations in the nanometer range. Exact requirements including ranges, resolutions, etc. are described below in the ?Component Details? section. Line Item 0001: One (1) Each, Measuring Stylus Instrument The Contractor shall meet or exceed the following minimum technical specifications: Instrumentation: Instrument shall be equipped with a stylus measuring gauge, traversing units (X, Y, Theta), vertical drive column, granite support base, and isolation system (rubber pads, air bladders, pressurized air isolation table, etc.) mounted on a steel support frame. Also included, shall be the computer system used to control the instrumentation and analyze the measurements. Component Details: 1. Measuring Ranges (minimum requirements) ? X ? 200mm Tracing length ? Y ? 75mm ? Gauge (vertical Measuring range) ? 12mm ? Z Column range ? 300mm ? Rotary Theta stage ? Full 360 degrees operation 2. Resolutions (minimum requirements): ? X ? Data point spacing shall be 0.125 micrometers or less ? Y ? 1 micrometers or less ? Gauge ? Vertical resolution shall be less than 1nm. ? Rotary Theta stage ? 0.5 degrees 3. Measurement Speeds - A range of measurement speeds is desirable. Minimum speed shall be 0.25mm/sec or slower. 4. Instrument Noise shall be less than or equal to 1.7 nm Ra, as measured on an optical flat, using a digital Gaussian filter with long cutoff of 0.25mm and short cutoff of 2.5 micrometers. NOTE: Instrument gauge resolution may play a factor in determining the noise floor. However, the real world instrument noise shall be the deciding factor in determining vertical performance. 5. Straightness ? The straightness of the X axis shall be 0.125 micrometers or less in Z over 200mm X traverse, using a waviness Gaussian filter of 2.5mm. 6. Y Stage and Rotary stage must be computer controlled and programmable (see Software Item 2). 7. Stylus Tip ? Included stylus tip shall be made of diamond, with a nominal conical radius of 2 micrometers and nominal flank angles of 45 degrees (90 degrees included angle). Special tips shall also be available for future purchase(s) as needed (This item is not a part of this requirement and therefore, does not require pricing. This is to be provided for informational purposes only): ? 30 degrees flank angles (60 degrees included angle), 1 micrometers nominal radius, diamond ? 3mm or 5mm ruby ball mounted on 120mm arm ? Chisel shape tip 8. Stylus Contacting Force ? 0.0005N ? 0.001N (50mg ? 100mg). 9. A programmable stylus lift is required such that the stylus can be lifted via computer control to various positions in the stylus range. This will allow upward movement of the stylus, but will hold it from moving downward. This feature is useful when doing tip radius characterizations using a razor blade technique. It also prevents the stylus tip from being dragged across the surface when moving out of contact with a sample. 10. Computer requirements: ? Minimum 3.8GHz P4 or Core 2 Duo Processor ? 2GB or more of system RAM ? 160GB or larger SATA Hard Drive ? 256MB video card w/ dual DVI outputs (for later expansion to dual monitors) ? DVD plus/minus RW DVD burner ? 20 inches or larger flat panel display with DVI input. ? USB and Firewire connections ? Microsoft Windows XP Pro ? Color printer Software: 1. Calibration ? Instrument must have a calibration procedure whereby the vertical (Z) and horizontal (X) motions are calibrated for displacement and linearity using a master calibration artifact (calibration ball, step standard, etc.). Calibration procedure must also correct for the arcuate motion of the stylus and the tip radius geometry. 2. Programming ? Software shall have the capability of ?macro? programming the measurement, motion, and analysis routines in an automated fashion such that multiple measurements of similar samples can be quickly performed. Programming feature shall include the ability for users to enter variable names or phrases that uniquely identify the measurements being performed. If this is not available in the current software revision, quote shall include upgrade to software version with this capability. Programming must also have the ability to reset the XYZ coordinates to a user supplied coordinate system. Eg: Crown the top of an indenter, and set the coordinates to 0,0,0 mm. This allows subsequent measurements to be centered about the crown. 3. Software must have the ability to ?window? specific sections of data for analysis, excluding areas of non-interest, for both roughness measurements and form measurements. This shall be programmable (see Item 2). 4. ?Autocrest? for X and Y motions ? This feature automatically ?crowns? the top of a ball or indenter in the X and Y directions. This shall be programmable (see Item 2). Autocrest function shall be accurate to 2 micrometers or less of the crown of the ball or indenter. 5. Roughness Measurement analysis ? Must have the ability to analyze surface roughness. Analysis software shall include a digital Gaussian filter as specified by ASME B46.1-2002 or ISO standards. Long filter cutoffs shall include 8.0mm, 2.5mm, 0.8mm, 0.25mm, 0.08mm. Short filter cutoffs shall include 0.8 micrometers, 2.5 micrometers, 8.0 micrometers. Calculated roughness parameters shall include (but not be limited to): Ra, Rq (rms), Rp, Rv, Rt, Rz, RSm, Rsk, Rku, Rdq. 6. Form Measurement analysis ? Must have the ability to analyze surface form using least squares radius fits and least squares straight line fits. These are required for precisely measuring radius and flank angles of hardness indenters. Calculated parameters shall include Pa, Pp, Pt, Pq, angle, radius. 7. Export File functions ? Software must have the ability to ?export? data files and analysis to ASCII or text files so that further analysis using external software packages is possible. ****Vendor must provide measurements of NIST samples and the data/results must be submitted to NIST for evaluation. Several key items will be looked at including calibration procedure, instrument noise, gauge accuracy (using NIST supplied sinusoidal and step height Master Specimens), complex form measurements including Rockwell diamond indenters and NIST SRM 2460 Standard bullets, software features, analysis tools, and general ease of use. ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are equal to Price. Award shall be made on a best value basis. ****The Government intends to perform an initial technical evaluation upon receipt of the written quote information required herein. Vendors determined to be technically acceptable under the Technical Capability factor "Meeting or Exceeding the Requirement," will be provided three (3) test samples by NIST for the purpose of demonstrating the effectiveness of their instrument. The Government will then evaluate the results of the data collected, as well as the information provided with the original written quote submission, in determining the quote that provides the best-value. ****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 product and service, 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 provided by NIST or its? affiliates. 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 shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar instruments. 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. To allow assessment, each quote must include appropriate documentation. ***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 full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must 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: 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor ? Cooperation with Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; and 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 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. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The Offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) ***All quotes shall be received not later than 3:30:00 PM local time, on August 2, 2007 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. 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 48 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. Faxed quotes will NOT be accepted. Emailed quotes will be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland
Zip Code: 20899-0001
Country: UNITED STATES
 
Record
SN01345238-W 20070720/070718220609 (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.