Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOLICITATION NOTICE

66 -- CRYOSTAT-COMPATIBLE MOTORIZED STAGE SYSTEM

Notice Date
4/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0264
 
Point of Contact
Todd D Hill, Phone: 301-975-8802, Patrick K Staines,, Phone: (301)975-6335
 
E-Mail Address
todd.hill@nist.gov, patrick.staines@nist.gov
 
Description
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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-24. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all responsible offerors may submit a quotation. ***The National Institute of Standards and Technology (NIST) has a requirement for a CRYOSTAT-COMPATIBLE MOTORIZED STAGE SYSTEM to be used in the Center for Nanoscale Science and Technology (CNST) at NIST, Gaithersburg, MD. ***BACKGROUND This equipment purchase is for a set of compact, motorized translation stages that are compatible with high vacuum (10-8 mbar = 10-6 Pa) and low temperature (~4.2 K) conditions. They will be incorporated into a microscopy cryostat system to help enable near-field optical characterization of nanophotonic structures such as chip-scale resonators and solid-state emitters, as part of CNST’s broader mission of advancing measurement science of nanoscale systems. The system required under Line item 0001 is a BRAND NAME or EQUAL system. Attocube Systems (model numbers indicated within the specification below) or equivalent would satisfy this requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency’s needs. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) lot, CRYOSTAT-COMPATIBLE MOTORIZED STAGE SYSTEM FROM ATTOCUBE SYSTEMS, OR EQUIVALENT. *** The system shall meet or exceed the following technical specifications/salient characteristics: The system consists of five positioning stages, an integrated controller unit, and a vacuum feedthrough as follows: (1)x-axis positioner (stage 1) •Attocube Systems model ANPx101/RES/LT/HV or brand equivalent •Description: in-plane motion along one axis with encoder for closed loop operation (2)y-axis positioner (stage 2) •Attocube Systems model ANPx101/RES/LT/HV or brand equivalent •Description: in-plane motion along one axis with encoder for closed loop operation. (3)z-axis positioner (stage 3) •Attocube Systems model ANPz101/RES/LT/HV or brand equivalent •Description: out-of-plane (vertical) motion with encoder for closed loop operation. (4)goniometer (stage 4) •Attocube Systems model ANGt101/LT/HV or brand equivalent •Description: angular positioning about a single in-plane axis (5)xyz scanner (stage 5) •Attocube Systems model ANSxyz100/LT/HV or brand equivalent •Description: fine positioning along x, y, and z axes (6)controller •Attocube Systems model ANC350 with four ANC350-STP units, three ANC350-RES units, and three ANC350-SCN units, or brand equivalent •Description: a single, integrated controller for operating all stages (7)feedthrough •Attocube Systems model COC290/LT containing two 15 pin sub-D feedthroughs in a KF 50 flange, or brand equivalent •Description: vacuum feedthrough for connecting all of the stages, which will be housed inside a cryostat vacuum chamber, to the outside environment. System requirements: The following requirements hold for all stages (labeled 1-5 above): (1)All stages must be able to operate in a high-vacuum (10-6 Pa), low temperature (4 K) environment, as well as at room temperature, ambient conditions (298 K, 1.01325 bar = 101.325 kPa) (2)Stages must be compact, in order to fit inside a typical continuous-flow liquid Helium cold finger cryostat. Each stage must be less than 32 mm x 32 mm x 25 mm in size. (3)Stages must be compatible and shall directly mount on each other. If an adapter plate must be used, its thickness must be less than 4 mm and must be supplied by the vendor. The total thickness of adapter plates used must be less than 12 mm, with the smallest value possible preferred. The following requirements are for specific components within the system: x-axis positioner (stage 1): 1.The overall translation range at 4.2 K must be at least 4 mm 2.Minimum open-loop step size of less than 25 nm. 3.Under closed-loop operation, the sensor resolution shall be less than 1 micron (1000 nm) y-axis positioner (stage 2): 1.The overall translation range at 4.2 K must be at least 4 mm 2.Minimum open-loop step size of less than 25 nm. 3.Under closed-loop operation, the sensor resolution shall be less than 1 micron (1000 nm) 4.Motion must be orthogonal to the x-axis positioner. This item can be a duplicate of stage 1 provided that it can be mounted orthogonal to stage 1. z-axis positioner (stage 3): 1.The overall translation range at 4.2 K must be at least 4 mm 2.Minimum open-loop step size of less than 25 nm. 3.Under closed-loop operation, the sensor resolution shall be less than 1 micron (1000 nm). 4.Motion must be along an axis that is orthogonal to the in-plane motion of (1) and (2) goniometer (stage 4): 1.Tilt angle of at least 5o must be achievable at 4.2 K 2.Minimum resolution of at least 0.01o xyz scanner stage (stage 5): 1.The travel range at 4.2 K must be at least 25 microns x 25 microns x 10 microns 2.Sub-nm resolution in all dimensions 3.Piezo driven lever arm (flexure arm) mechanism controller: 1.All stages must be operated through a single controller that can drive the stages over their full translation range 2.The controller must be able to operate both the coarse positioning stages (stages 1-4) and the xyz scanner (stage 5). 3.The controller must be able to operate stages 1-3 in both open and closed-loop modes. feedthrough: 1.Electrical connection for all stages 2.Shall be incorporated into an ISO standard quick release flange that is KF50 (alternately called QF50 or NW50) or smaller *** Warranty Quotation must include unlimited telephone/e-mail support, during the warranty period, for questions regarding operation, and at least a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. *** ***Option Line Items – The quotation shall include four (4) options for additional one-year increments of extended warranty/service agreement coverage. The required coverage must be at least equivalent to the warranty coverage required under Line Item 0001, however the vendor shall state in the quotation the coverage being offered. Option Line Item 0002 – One year of extended warranty/service agreement coverage for the period beginning upon the expiration of the initial warranty. Option Line Item 0003 – One year of extended warranty/service agreement coverage for the period beginning upon the expiration of Option Line Item 0002, if exercised. Option Line Item 0004 – One year of extended warranty/service agreement coverage for the period beginning upon the expiration of Option Line Item 0003, if exercised. Option Line Item 0005 – One year of extended warranty/service agreement coverage for the period beginning upon the expiration of Option Line Item 0004, if exercised. *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the system is ready, as determined by the contractor, and may be witnessed by the contractor. System will not be accepted by NIST until all of the requirements are met. At a minimum, specific testing to ensure that each stage can be successfully driven across its full translation range using the controller module will occur prior to acceptance. *** **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. *** **** Award will be made on a best-value basis. 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 Price. Technical capability, past performance, and past experience, when combined, are more important than Price. ****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 supplier of the instrument must have a proven record of reliability and experience in the area proposed, preferably within the last three years, which in this case will apply to a system that meets the requirements herein. Past Performance and Past Experience will not be evaluated on quotations determined technically unacceptable in accordance with the Technical Capability Factor. ***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 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). ***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:52.211-5 Brand Name or Equal 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: (16) 52.222-3, Convict Labor (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (18) 52.222-21, Prohibition of Segregated Facilities (19) 52.222-26, Equal Opportunity (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-36, Affirmative Action for Workers with Disabilities (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24) 52.222-50, Combating Trafficking in Persons (29) 52.225-3, Buy American Act – Free Trade Agreement – Israeli Trade Act and Alt II (31) 52.225-13, Restrictions on Certain Foreign Purchases (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.217-7 Option for Increased Quantity -- Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 1 year of the date of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 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. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. *** E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=14951f7ba6506628cc0afe1866e02ddd&tab=core&_cview=1)
 
Place of Performance
Address: NIST, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01562142-W 20080430/080428215327-14951f7ba6506628cc0afe1866e02ddd (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.