Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

A -- MOTION POSITION CONTROL EQUIPMENT

Notice Date
8/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
NN09304890RQ
 
Response Due
8/11/2009
 
Archive Date
8/5/2010
 
Point of Contact
Mary B Brown, Purchasing Agent, Phone 301-286-3227, Fax 301-286-1773, Email Mary.B.Brown@nasa.gov<br />
 
E-Mail Address
Mary B Brown
(Mary.B.Brown@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ)] for the following: The required products are:1 EachPRO115-05MM-200/VAC6-TTU-NC-9DU-BMS-8-FB-NO PLOTS: including115mm wide ballscrew stage w/ball bearing linear rails;5mm/rev standard ground ballscrew;200mm travel stage with hardcover, side-seals and limits and 5mm pitch ballscrew;Vacuum preparation of stage to 106 torr;Table-top with English-dimension mounting pattern and holes;Normally closed end of travel limit switches w/9-pin D connector; Brushless servo motor with connectors and 2500-line encoder;Right side bold-back;Foldback kit for diameter shaft NEMA 23 motor; andNo accuracy, straightness and flatness plots (standard).1 EachATS150-150-U-20P-BMS-NC-9DU: includingATS150 series stages machined from special cast aluminum alloy to provide a highstrength-to-weight ratio and long-term durability. ATS150 series stages employ aprecision-ground ball screw which is pre-loaded to eliminate backlash and its nut haswipers to prevent contamination and maintain high accuracy throughout the life of thestage.High quality, pre-loaded duplex bearings are used to eliminate axial play;150m travel stage with limits;Table-top with English-dimension mounting pattern and holes. Stage mounting base holesslotted for English and metric installation;2mm/rev precision-ground ball screw;Brushless servo motor with connectors and 1000-line encoder with cabling; andNormally closed end of travel limits with switches w/9-pin D connector.1 Each ART310-U-G108/VAC6-BMS-HC-9DU: including360 continuous rotary position stage w/precision worm gear for outstanding accuracy andrepeatability and low backlash. Capable of handling large axial loads and can be easilymounted horizontally or vertically;100mm diameter rotary stage;Table-tip with English-dimension mounting pattern and holes;108:1 gear ratio;Vacuum preparation of stage to 106 torr;Brushless servo motor with connectors and 1000-line encoder with cabling;Home cam assembly establishes home reference accurate to one count; and9-pin connector.1 Each ART320-U-G108-BMS-HC-9DU: including360 continuous rotary position stage w/precision worm gear for outstanding accuracy andrepeatability and low backlash. Capable of handling large axial loads and can be easilymounted horizontally or vertically;200mm diameter rotary stage;Table-tip with English-dimension mounting pattern and holes;108:1 gear ratio;Vacuum preparation of stage to 106 torr;Brushless servo motor with connectors and 1000-line encoder with cabling;Home cam assembly establishes home reference accurate to one count; and9-pin connector.1 Each HDZ2 English dimension right-angle L-bracket for ATS150-150 Stage.1 Each ALIGNMENT-PA5Z Z-theta assembly with L-bracket and 5-arcsecond orthogonality toalign ART320 to ATS150.1 Each A3200-MC-MACHINE-4 AXES-CNC OPERATOR INTERFACE-MAINTENANCE-1-00: includingMotion Composer Standard includes the Integrated Development Environment, ParameterEditor, Tuning Scope, System Diagnostics and System Maintenance;Ability to; oWrite, compile, execute and debug programs in Aerobasic or G-code; oFull access to.NET 1.1, C, C++, and VB 6 Library; oAccess to Active-X objects, VB and C/C++ Libraries; oAccess to full diagnostics, fault and status information; oAccess and set I/O, registers and variables; oCollect, analyze and save data; oView files from machine for analysis and record keeping; oConnect PC to machine directly with FireWire card; oConnect PC to machine remotely through Ethernet TCP/IP oUpgrade installations via firmware or controller using Loader; o2-axis of software motion engine; oSimulate trajectory on PC; and oInstalls RTX on the PC;A3200-MC Standard; Software only motion, robotics and I/O controller that provides 4-axes coordinatedmotion and 4.5M FireWire cable;Man-machine interface CNC software for Windows XP/Vista and includes user manuals,technical manuals and cable drawings for all related equipment; and1st year of maintenance included with initial purchase.The provisions and clauses in the RFQ are those in effect through FAC 2005-34. The NAICS Code for this procurement is 335312. The offeror shall state in their offertheir size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA/GSFC, Greenbelt, MD 20771 is required within 30 days ARO. Delivery shallbe FOB Destination. Offers for the items(s) described above are due by response date listed above via e-mailto Mary.B.Brown@nasa.gov and must include, solicitation number, FOB destination to thisCenter, proposed delivery schedule, discount/payment terms, warranty duration (ifapplicable), taxpayer identification number (TIN), identification of any specialcommercial terms, and be signed by an authorized company representative. Offerors areencouraged to use the Standard Form 1449, Solicitation/Contract/Order for CommercialItems form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled "Buy American Act -- Supplies," the offeror shall so state and shall listthe country of origin. FAR 52.212-4 (OCT 2008), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2009), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: 52.222-50, Combating Trafficking in Persons 9FEB 2009)(22U.S.C. 7104(g)); 52.219-28, Post Award Small business Program Representation 9APR 209)(15U.S.C. 632(a(2)); 52.222-3, Convict Labor 9JUN 2003) (E.O. 11755); 52.222-19, ChildLabor--Cooperation with Authorities and Remedies (FEB 2008) (E.O.13126); 52.222-21,Prohibition of Segregated facilities (FEB 1999); 52.222-26, Equal Opportunity 9MAR 2007);52.222-36, Affirmative Action for Workers with Disabilities 9JUN 1998) (29U.S.C.793);52.225-1, Buy American Act - Supplies (FEB 2009)(41U.S.C. 10a-10d); 52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutesadministered by the Office of Foreign Assets control of the Department of the Treasury);and 52.232-34, Payment by Electronic Funds Transfer - Other than Central ContractorRegistration 9MAY 1999)(31 U.S.C. 3332). The FAR may be obtained via the Internet at URL:http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL:http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to theindividual listed above no later than August 7, 2009, 2:30PM EST. Telephone questionswill not be accepted. Selection and award will be made to the lowest priced, technically acceptable offeror,with acceptable past performance. Technical acceptability will be determined by review ofinformation submitted by the offeror which must provide a description in sufficientdetail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3 (FEB 2009), OfferorRepresentations and Certifications -Commercial Items with their offer. These may beobtained via the internet at URL:http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. Theserepresentations and certifications will be incorporated by reference in any resultantcontract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51. Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NN09304890RQ/listing.html)
 
Record
SN01900086-W 20090807/090806000806-4b53b69956150189f333e0cb7b4304b3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.