Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

R -- Molecular Measuring Machine Z-Motion

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
NB821140-8-05688
 
Archive Date
9/3/2008
 
Point of Contact
Monique Speights,, Phone: (301) 975-8855, Mary Alice Powe,, Phone: 301-975-8567
 
E-Mail Address
monique.speights@nist.gov, maryalice.powe@nist.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Parts 12 and 13. This announcement constitutes the only solicitation, quotes are being requested and a separate written solicitation will not be issued. The North American Industry Classification Code (NAICS) 541690. This is a small business set-aside. THIS REQUIREMENT IS RESTRICTED TO SMALL BUSINESS CONTRACTORS MAY SUBMIT A QUOTE. The NIST Manufacturing Engineering Laboratory (MEL) has a requirement for a service to optimize the performance of the Molecular Measuring Machine in accordance with the following Performance Work Statement (PWS): -----BEGINNING OF THE PERFORMANCE WORK STATEMENT-------- Performance Work Statement for Molecular Measuring Machine: Z-Motion Actuator Assembly I.BACKGROUND This procurement is being conducted for the U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Manufacturing Engineering Laboratory (MEL), Precision Engineering Division (PED). The Molecular Measuring Machine (M3) is a two-dimensional coordinate measuring instrument that uses a scanning probe microscope as the imaging probe and a laser interferometer system to measure feature placement with sub-nanometer resolution over a 50 mm by 50 mm area. The goal for the instrument is to achieve 1 nm uncertainty for point-to-point measurements. This requires a stable vibration and temperature environment; error-mapping of the motion guides; and a careful analysis of the sources of error and uncertainty. The instrument is also contained in a high vacuum chamber. The vertical (Z axis) motion assembly for this instrument is a crucial component with many competing design goals that have to be weighed off against each other and optimized. The Z axis assembly incorporates a coarse motion piezoceramic linear stepping motor; a potentiometer position sensor; a piezoceramic driven, flexure guided fine motion stage; and an integrated capacitance displacement sensor. It has gone though several design iterations. The current design is workable, but further research and development and characterization is needed for improved performance. A journal publication about M3 is available for further background information: “Nanometer Resolution Metrology with the NIST Molecular Measuring Machine,” John A. Kramar, Measurement Science and Technology 16(11), 2121–2128 (November 2005) II.SCOPE OF WORK The purposes of this requirement are: 1.Optimize the performance of the coarse and fine M3 Z-motion actuators and the Z-axis position measurement sensors. 2.Characterize the motion errors for the M3 Z-axis motion assembly and develop a full error map and uncertainty statement so that measurements performed with the actuator can be error-corrected and accurately reported; III.SPECIFIC TASKS The Contractor shall provide all labor and supervision to complete the following tasks: 1.Optimize the range and motion trueness of the Z fine-motion actuator while maintaining acceptable dynamic response. This optimization shall include: a.finite element analysis of key elements, with design optimization for optimal range and dynamic response within material and space constraints. (A NIST-supplied finite element analysis package is available.) b.shop drawings of parts to be built; assembly. c.measurements of the motion range, dynamic response, and motion trueness before and after any design changes to assess performance improvements. d.analysis of performance relative to FE predictions. 2.Implement a capacitance gage displacement sensor for measuring the Z-fine motion displacement relative to the coarse motion device, and characterize its noise, accuracy, and dynamic response. a.the capacitance gage shall measure the displacement in the Z-axis, and also the pitch and yaw of the translation. It shall be calibrated against an interferometer and an autocollimator, supplied by NIST. b.the gage shall be interfaced with the M3 control software so its output can be used for real-time control or monitoring of the axis motion 3.Generate an error map of the M3 Z fine-motion axes. This error map shall include angular and linear deviation from straightness as a function of position, and shall include an assessment of repeatability and measurement uncertainty. It shall be correlated to the position as measured by the capacitance gage sensor described in task #2. 4.Record all work and data collection conditions and parameters in a laboratory notebook which shall remain the property of NIST. Store collected data from measurement runs on a backed-up NIST file server, file locations noted in the lab notebook. 5.Author and prepare manuscripts for publication of research and measurement results in appropriate scientific journals, and deliver presentations regarding the research at appropriate professional conferences. In performing these tasks, the contractor shall research the technical literature and solicit advice from experts in the various disciplines, as appropriate, in order to ensure best practice and technique. IV.DELIVERABLES AND REPORTS Measurement results from all calibration runs and measurements of trueness, dynamic response, noise, and measurement uncertainty, shall be documented in a laboratory notebook that shall remain the property of NIST. Finite element and optimization results shall also be documented in the laboratory notebook and available for continuing research. Electronic data files shall be stored on a regularly backed-up NIST file server, with file locations referenced in the laboratory notebook. Component designs and shop drawings shall be delivered to, and remain the property of, NIST. 1.Daily activities shall be documented in a laboratory notebook that will remain the property of NIST. 2.Weekly oral status reports shall be given every Wednesday and it shall include the status of the projects and tasks and near term plans and projections. The weekly orals reports shall be given between the hours of 8:00 a.m. - 4:00 p.m., per the Contracting Officer’s Representative. 3.Three (3) Quarterly research reports shall be produced and submitted within two (2) weeks, at the end of each month period in the contract. 4.Significant measurements and research results shall be documented in a manuscript suitable for publication as a NIST internal report or in an external journal. This manuscript shall include procedures, data, and analysis, along with appropriate figures and tables. 5.When warranted, as determined by the M3 Project Leader, research results shall be presented at a suitable professional conference, for example, the annual meeting of the American Society for Precision Engineering. V.DELIVERABLE DUE DATES AND/OR PERIOD OF PERFORMANCE Except for the weekly oral status reports and quarterly written research reports, the due dates for all the other deliverables is the end of the contract period. The order in which the tasks are to be performed is not a specific requirement. However, the progression of the work will be monitored by the TIC to ensure timely progress throughout the year from September 01, 2008 through June 30, 2009. VI.GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION The contractor will have access to the Molecular Measuring Machine laboratory on the NIST site throughout the duration of the contract, including necessary test and measurement instrumentation. The contractor will also have access to all M3 manuals and lab notebooks. The HSPD-12 Security Risk Level assigned to this Task Order is: MODERATE VII.WHERE WILL WORK BE PERFORMED? All work will be performed at the National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland VIII.QUALITY CONTROL PLAN The Contractor is responsible for developing and maintaining a Quality Control Plan. The purpose of the Quality Control Plan is to ensure the tasks most critical to performance of the PWS are met. IX.QUALITY ASSURANCE SURVEILLANCE PLAN I. Objective: The purpose of this plan is to provide a quality assurance surveillance plan for this PWS for the National Institute of Standards and Technology. This plan provides a basis for the Technical Information Contact (TIC) to evaluate the quality of the Contractor's performance. The oversight provided for in the Task Order and in this plan shall help to ensure that the topics and assessment are maintained at the required levels through the Period of Performance of the Task Order. Further, this plan provides the TIC with a proactive way to avoid unacceptable or deficient performance. II. Performance Standards: A. Quality Level: By monitoring the Contractor, the TIC will determine whether the Performance Standards set forth in the Task Order have been attained. Performance Standards for all tasks are specified in the Performance Requirements Summary of the Performance Work Statement. B. Frequency: During the performance of this Task Order, the TIC will take periodic measurements (i.e., conduct surveillance), as specified, and will analyze whether the frequency of measurement is appropriate for the work being performed. Adjustments may only be made by a modification to the Task Order. C. Management Responsiveness: The TIC will determine whether the Contractor has managed the Task Order effectively and efficiently with successful completion of the topics and assessment as specified in the Performance Standards set forth in the Performance Requirements Summary. III. Evaluation Methods: The TIC will perform performance evaluations based on Section II above and the required Performance Standards set forth in the Task Order. X.PERFORMANCE REQUIREMENT SUMMARY Desired OutputRequired ServicePerformance StandardMonitoring Method What do we want to accomplish as the end result of this requirement?What task must be accomplished to give us the desired result?What should be the standards for completeness, reliability, accuracy, timeliness, and quality? How will we measure performance? How will we determine that success has been achieved? A well-characterized, robust and repeatable Z-axis fine motion actuator, with metrology sensors, fully error-mapped, for the Molecular Measuring Machine. Optimization and measurement of the performance of the Z-axis fine motion actuators and metrology sensors. Preparation of a technical article for publication that includes the important research results.The specific tasks detailed in this task order shall be completed by the end of the period of performance for this PWS, as well as the required reports. Performance will be measured by examination of the work for the thoroughness and quality necessary to be accepted for peer-reviewed publication. Work output will be monitored on an ongoing basis by the TIC by examination of the results as detailed in the required reports and lab notebooks and frequent lab visits. Success will be based on timely and thorough completion of the tasks. If further information is required about the facilities, please refer to the NIST website, www.nist.gov. The Contracting Officer’s Technical Representative (COTR) is: acceptable. Price Quote – The contractor shall submit the best potential fixed priced basis. The award shall be awarded on the best value basis. The best value evaluation factors while relatively equal are listed in order of importance: 1) Approach – The likehood of completing the specific service; 2) Past Performance – the relevance and quality of prior performance; and 3)Price – The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) – Conspicuously striking in eminence; Excellent (E) – Very good on its kind; eminently good, superior or first class; Good (G) – Beneficial and worthwhile; sound and valid; Adequate (A.) – Reasonably sufficient and suitable; Marginal (M) – Minimally suitable at the lower limit; Unsatisfactory (U) – Not Acceptable, not adequate to carry out. The solicitation document and incorporated Clauses are those in effect through Federal Acquisition Circular Number 2005-26. The provisions and clauses may be downloaded at http://www.acqnet.gov.far The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instruction to Offerors – Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation – Commercial Items. The following factors shall be used to evaluate offers: (i) approach, (ii) past performance, (iii) price; FAR 52.212-3, Offeror Representations and Certifications – Commercial items applies to this acquisition and there is no addenda to this provisions; FAR.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and there is no addenda to this provision: FAR.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.227-14, Rights in Data – General; 52.217-9 Option to Extend the Term of the Contract, FAR 52.217-8, Option to Extend Services and other appropriate clauses as needed. All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. Interested contractors are invited to review the above Performance Work Statement. “NIST, Molecular Measuring Machine: Z-Motion Actuator Assembly”. Please provide an electronic response in a standard MS Word or Adobe Acrobat format. The electronic version shall be in the form of an email with attachments. Please provide a one page letter at the beginning of the quotation signed by an individual authorized to commit the organization. The e-mail attachment shall be limited to 20 single sided pages, which will include The letter of transmittal. Submit quotes arranged in three sections as follows: Section I – Approach, which included identification and qualifications of relevant personnel and technical management approach; Section II – Past Performance for relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III – Price, firm fixed price for the required technical consulting services. Each firm fixed price shall include sufficient data required technical consulting services. Each firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. It is the responsibility of the contractor to confirm NIST’s receipt of quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8467fb6e8009840fa4513ac4eb60d080&tab=core&_cview=1)
 
Place of Performance
Address: National Institute Standards and Technology, Gaithersburg, Maryland, 20877, United States
Zip Code: 20877
 
Record
SN01639538-W 20080815/080813224445-8467fb6e8009840fa4513ac4eb60d080 (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.