Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

66 -- Multi Axis Precision Motion Stage System

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
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
SB1341-09-RQ-0261
 
Archive Date
7/2/2009
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
joni.laster@nist.gov, patrick.staines@nist.gov
(joni.laster@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
SB1341-09-RQ-0261 is hereby amended to address the following vendor questions/answers: Question 1 - regarding section 1a for Coarse Motion Z-axis stage What is preferred range of travel of coarse z-axis motion stage? Answer: The travel range of the coarse z-axis motion stage must be between 24 mm and 30 mm. Question 2 - regarding section 4.1 for Piezoelectric Amplifiers Is this application for high-dynamics application, thus requiring high-power output amplifier; or low/medium dynamics application requiring only low-power piezoelectric amplifier? Answer: As defined in the specifications, the amplifiers must have bandwidth from DC to 250 Hz for XY and DC to 1 kHz for Z based on the capacitances of the piezoelectric actuators. These are large signal specifications, meaning that they are for motion amplitudes that are greater than 70 % of the range. Question 3 - regarding section 4 for Fine motion control system Other than supplied software control, what other software programs/packages should the controller be compatible with? Answer: The supplied system software must have a command set for building motion control programs using LabView VIs and DLLs that are compatible with Matlab. 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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. 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) 2005-32. 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 interested quoters may submit a quotation. The National Institute of Standards and Technology (NIST) has a requirement for a Multi Axis Precision Motion Stage System. Precision motion stages and their respective motion controllers are needed for a custom scanning probe microscope. The system will consist of a fine motion stage that moves along the Z axis, a coarse motion stage that also moves along the Z axis, but with greater range and poorer resolution, and a fine motion stage that moves along the X and Y axes. When properly configured, the Z axis coarse and fine motion stages will move a probe along the Z axis while the XY motion stage will scan a sample along the X and Y axes, relative to the probe. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, Multi Axis Precision Motion Stage System which shall consist of the following components and meet or exceed the specifications as listed under each component: (1) Coarse Motion Z Axis Stage: (a) A vertically-oriented linear motion stage is needed for coarse motion control of the probe; (b) The stage must be driven by a DC servo motor with a gear head that moves the stage using a lead screw or ball screw; ( c) The stage must have a rotary or linear encoder that provides a position measurement resolution better than 100 nm; (d) The minimum incremental motion of the stage must be smaller than 150 nm; (e) The unidirectional repeatability must be better than 300 nm and the bidirectional repeatability must be better than 3 micrometers; (f) The accuracy must be better than 3 micrometers; (g) The pitch and yaw of the stage must be less than +/- 60 microradians; (h) The straightness and flatness must be less than 3 micrometers; (i) The maximum velocity must be greater than 0.6 mm /s; (j) The maximum push and pull forces in the vertical direction must be greater than 45 N; (k) The stage must have non-contact limit switches; (l)- The dimensions of the stage must fall within the following ranges: 60 mm < width < 100 mm, 20 mm < thickness < 35 mm, 120 mm < height < 200 mm. Motion is along the direction defined by the height; (m) At least four mounting holes must be included for connecting the motion stage to a vertical bracket and for connecting the fine motion Z axis stage to this stage, either directly or by using a mounting plate; (n) The motor cable that connects to the motion controller should be at least 3 m long; (o) The motion controller for the motion stage must use a PID controller designed for encoder input; (p) The motion controller must be able to interface with the limit switches in the motion stage; (q) The motion controller must be able to be programmed using a provided command set, and motion macros (including motion trajectories) must be able to be stored on the controller in non-volatile memory; (r) The controller must be programmable via a PC using USB and RS-232 ports; (2) Fine Motion Z Axis Stage: (a) A fine motion stage shall be attached to the coarse motion Z axis stage for sub-nanometer motion control; (b) The stage must be capable of operating in a vertical configuration; ( c) The motion stage must use a flexure mechanism for motion guidance rather than a bearing mechanism; (d) The flexure mechanism must be actuated using a piezoelectric actuator; (e) The travel range must be between 10 and 15 micrometers; (f) The stage must have a capacitive sensor that measures displacement with resolution better than 0.1 nm; (g) The stage must have a motion repeatability better than +/- 2nm; (h) Pitch and yaw errors must be less than +/- 7 microradians; (i) The stiffness of the motion stage along the motion axis must be at least 40 N/micrometer; (j) The unloaded resonant frequency must be greater than 4.5 kHz; (k) The stage must have a load capacity in the vertical direction greater than 2 kg; (l) The capacitance of the piezoelectric actuator must be less than 2 microFarads to minimize the load on the power amplifier and therefore achieve higher motion bandwidth; (m) The dimensions of the stage must fall within the following ranges: 25 mm < width < 40 mm, 10 mm < thickness < 25 mm, 40 mm < height < 60 mm. Motion is along the direction defined by the height; (n) Four mounting holes for attaching the stage to a base (in this case the coarse motion Z axis stage) must be included; (o) The moving part of the stage must be exposed on its top surface (parallel to the Z axis) and the side surface located in the direction of motion. Each of these surfaces must have mounting holes for attaching components; (p) The actuator power and sensor cables shall be at least 3 m long; (3) Fine Motion XY Axes Stage: (a) A fine motion two-axis stage is needed for sub-nanometer motion control; (b) The X and Y axes of the stage must be capable of operating in a horizontal configuration; (c) The motion stage must use a flexure mechanism for motion guidance rather than a bearing mechanism; (d) The flexure mechanism must be actuated using piezoelectric actuators; (e) The travel range must be between 25 and 40 micrometers; (f) The stage must have a capacitive sensor that measures displacement with resolution better than 0.2 nm; (g) The stage must have a motion repeatability better than +/- 2 nm; (h) Pitch and yaw errors must be less than +/- 10 microradians; (i) The stiffness of the motion stage along the motion axis must be at least 15 N/micrometer; (j) The unloaded resonant frequency must be greater than 2 kHz; (k) The stage must have a load capacity in the horizontal direction greater than 0.75 kg; (l) The capacitance of the piezoelectric actuator must be less than 7 microFarads to minimize the load on the power amplifier and therefore achieve higher motion bandwidth; (m) The dimensions of the stage must fall within the following ranges: 80 mm < width < 120 mm, 80 mm < length < 120 mm, 20 mm < height < 35 mm; (n) The stage must have a square clear aperture that is at least 40 mm wide; (o) Four mounting holes for attaching the stage to a base must be included; (p) The moving part of the stage must be exposed on its top surface and have at least four mounting holes for attaching components; (q) The actuator power and sensor cables should be at least 3 m long; (4) Fine Motion Control System: The fine motion control system will consist of amplifiers for powering the piezoelectric actuators, signal conditioning modules for reading the capacitive sensors, a feedback motion controller, and an interface module for communicating with the control system via a PC. These subsystems shall be contained within a 19” rack-mountable enclosure. Specifications for the four subsystems are provided below: (4.1) Piezoelectric Amplifiers: (a) The amplifiers must have the necessary characteristics to meet the motion specifications discussed above in specification (4); (b) The amplifiers must have bandwidth from DC to 250 Hz for XY and DC to 1 kHz for Z based on the capacitances of the piezoelectric actuators; ( c) The electronic noise in the amplifier should result in motion noise no greater than 0.2 nm rms; (d) The amplifier must include manual control of the output voltage as well as a direct analog input for controlling the output voltage; (4.2) Sensor Signal Conditioning: (a) Must read in capacitive sensors with resolution described for the motion stages with bandwidth ranging from DC to 2 kHz; (b) A sensor monitor in the form of an analog output voltage that is proportional to the stage displacement must be available; (4.3) Feedback Motion Controller: (a) The controller must use a proportional-integral (PI) or proportional-integral-derivative (PID) controller with a built in notch filter to reduce the stability issues associated with the first resonant mode of the stages; (b) The user must be able to override the controller and send direct voltage commands to the motion stages. Interface; (c ) A DSP-based interface that takes digital commands and generates analog signals supplied to controller must be included; (d) The analog outputs of the interfaces should have a higher resolution than the controller requires to maintain the motion stage specifications discussed above; (e) USB, TCP/IP, and RS-232 digital interface ports must be included; (f) The system must include software for interfacing the controller with a PC; (g) Motion commands must be able to be issued using a standard command set provided by the vendor; (h) The user must be able to load motion macros (based on the standard command set) into non-volatile memory and then execute them using simple commands; (i) The interface module must have an LCD display for monitoring position and voltage signals; (j) Ability to override the interface and interact with the controller directly using analog voltage Commands; Warranty: The Contractor shall provide a minimum of a twelve (12) month warranty for the instrumentation. The Contractor shall state the warranty coverage provided for the equipment. Delivery shall be completed not later than 45 days after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: 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. Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. TECHNICAL CAPABILITY Technical capability shall be evaluated to determine that the proposed equipment meets or exceeds all specifications. Product literature shall be evaluated to determine that the proposed equipment will meet all of the Governments required specifications identified herein. 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: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; with ALTERNATE I 52.225-13 Restriction on Certain Foreign Purchases; 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) An original and one (1) copy of the technical description which must include product literature which addresses all specifications & clearly documents that the product offered meets the minimum required specifications; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). 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. All quotes shall be received not later than 3:00 PM local time, on June 17, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. 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 301-975-8397. 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-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0261/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01838674-W 20090610/090608234909-6610a22200319efcdbf5174221a18a0f (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.