Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
SOLICITATION NOTICE

66 -- Laser Scanning Coordinate Measuring Machine

Notice Date
9/12/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-09-RQ-1437
 
Archive Date
9/17/2009
 
Point of Contact
Gloria J. Gallegos, Phone: 3034973487
 
E-Mail Address
gloria.gallegos@noaa.gov
(gloria.gallegos@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
(I) This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FARSubpart 12.6, and 13.5 Test Program 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 will not be issued. (II) This solicitation is issued as a request quotation (RFQ). Submit written quotes on RFQ Number RA1341-09-RQ-1437. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 334519. The small business size standard is 500 employees. (V) This is a combined solicitation/synopsis for purchase of the following commercial item: CLIN 0001 - Laser scanning coordinate measuring machine. (VI) Description of requirements: Performance Requirements for 3-D laser Scanner We are purchasing a 3-D laser scanner to make measurements on NIST SRMs used for Charpy impact testing and a variety of other mechanical test specimens that we use in our laboratory. The SRM specimens are 10 X 10 X 55 mm, with a notch that is 2.000 ± 0.025 mm deep, with a radius of 0.250 ± 0.025 mm. Other specimens have sizes in the 100 to 500 mm range. We will use the system to compare our machined parts to CAD requirements for the parts. We will also scan specimens following testing (deformed), and compare this scan data to the as-machined dimensions for the specimens. For this application, we will compare scan data from deformed specimens to 3-D data from models predicting the 3-D and 2-D deformation of the parts during testing. For these applications we require the state-of -the-art resolution, accuracy, and repeatability to give us full representation of the surfaces of our samples. We also require software that meets our needs. Since this is a laboratory setting, our software needs range from specific to very general, and we require an easily programmable system that can be customized to meet our measurement needs (for both scanning and for analysis). Performance requirements are provided to help assure that we purchase a system with state of the art resolution, repeatability, accuracy, sample density, and well designed user- friendly software. The components of the system must all be part of an established product line. All components in the system shall be newest models and currently produced for distribution in the United States. Details of these requirements are not meant to accidently or unfairly disqualify a competent bidder. We are looking for performance (tailored to our needs) and will consider changes to the specifications that do not adversely influence the performance, functionality, and size considerations for the system. Specifically we require the following: Scanning System (Coordinate Measuring Machine and probe) -XYZ travel of 500 X 700 X 500 mm (or similar) -Overall size (footprint) for CMM base of near • 2500 mm high (2700 mm ceiling) • 1200 mm wide • 1600 mm long -Volumetric accuracy (ISO 10360-2) • Overall non-contact measurement accuracy ± 11 µm • Touch probe volumetric length uncertainty (MPEE), ± 2.6 µm -Motorized head indexer that allows for automatic laser scanning of parts • 0.5 µm repeatability from a starting distance of 60 mm • 700 or more positions -Laser alignment target -All necessary mounting fixtures for probe -All fixtures needed to measure our Charpy SRM with the highest accuracy possible -All stages needed to measure our Charpy SRM with the highest accuracy possible Probe (only non-contact probe required for this bid) -Laser Type, • Laser Diode • < 1mW • Class II • visible beam -Sample count near 750 points per 25 mm line or better -Detector(s), 480 x 752, CMOS or better -Utilize dual opposed receptor arrays for viewing laser line simultaneously from opposite angles for triangulation (or equally good design) • To better determine the line position • To verify data used (dual-check), to increase reliability and repeatability -Depth of field, near 38 mm or greater -Standoff distance of greater than 50 mm (near focus) -Sample rate, 225,000 points per second -Standard Interface to PC (USB, firewire, etc.) -Compatible for use with Faro Arm Portable CMMs and Renishaw PH10 Indexing devices (or similar established products) -Laser Probe body to be temperature stabilized (carbon graphite composite construction or equivalent) Computer -All computer components needed for scan control, data acquisition, and data analysis Software -Scan Data processing • Process large data sets (100 million points or similar) • Collect point data from all major 3D scanners and digitizers • Optimize scan data (remove outliers, reduce noise and other available tools) • Align and merge multiple scan data sets • Automatically or manually register multiple point clouds • Import CAD models in IGES or STEP formats for comparison to scan data with color error map output • Automatically output inspection programs for multiple part inspections with Trend Analysis for multiple parts -Point and Polygon Editing (or similar) • Reduce data sets with random, uniform and curvature-based point sampling • Create polygon mesh from point cloud data • Modify, edit and clean polygon model • Detect and create features in the model • Repair and sharpen boundary edges • Export model in several file formats including STL, OBJ, VRML1, VRML2, DXF, PLY and l3DS -Surface Modeling (or similar) • Adaptively fit surfaces based on tolerance • Ability to output sharp edges and planar surfaces • Detect and repair patch errors with step-through dialogs • Export model in several formats including IGES, STEP, VDA, NEU, SAT -CAD-ready surface design (or similar) • Automatically or manually classify surface types • Choose all or a selected number of surfaces to process • Control surface fitting using available tools and parameters • Extract optimized profile curves • Analyze surface fits using inspection, walk-through or visualization tools • Export profile curves or CAD-ready surfaces as IGES or STEP files -Software to inspect as-built versus as-designed parts (or similar) • Comparisons between CAD models and as-built part • Trend analysis • Graphical comparisons • geometric dimensioning & tolerance (GD&T), • 2D and 3D dimensioning • assess out-of-tolerance conditions • Reporting Acceptance Testing (on delivery) - Acceptance testing of the system is required to be successfully completed within 30 days of delivery. -Raw data (not fitted or modified data) shall be used to meet acceptance test criteria. - The acceptance testing shall be performed in accordance with the technical requirements given in the White Paper written by Greg Hetzler, Accuracy, Repeatability, and Reproducibility of the WS2030 Laser Scanner with SLP 250 (attached). Changes to the acceptance testing procedures to make it more generic can be requested during the bidding process. • Adapted B89 test for probe (measurement procedure attached) Average Test Delta of ± 11.0 µm • Gage R&R Study acceptance requirements (measurement procedure attached) Repeatability = ± 7 µm Reproducibility = ± 2.5 µm R&R = ± 8 µm -Additional practical acceptance test (measure a Charpy Specimen) Demonstrate ability to show that a 0.250 ± 0.025 mm radius is within tolerance Training -Training at laser scanning company location - For at least 2 trainees -Travel and lodging for trainees not included Warranty -2 year warranty with • Software maintenance and up grades • Parts and Labor for system • Phone support • Calibration at customer site • Freight cost for parts • Travel expenses for technician Supplemental information for the system to be purchased -The laser probe and software ordered for this purchased shall have already been proven to be fully compatible for use with a high quality portable measurement arm, such as a FaroArm. This type of mobile arm provides a 7-axis mobile system (10 kg arm) having a repeatability of ±20 microns (using single point articulation) and accuracy of 28 micron (using volumetric deviation with traceable length artifacts) for an operating volume of 2.4m. The mobile arm and fixtures need not be included in this bid, but the arm model recommended for the laser probe shall be stated in the quote. -The Coordinate Measuring Machine purchased shall have an established option to be used with a touch probe, if higher measurements resolutions are required. The touch probe and fixtures need not be included in this bid, but the current touch probe model recommended for the CMM shall be stated in the bid. (VII) Place of delivery is NIST853, Division 853, 325 Broadway, Boulder, Colorado 80305-3328. Required delivery is 40 days ARO. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide detailed information on contractor's ability, experience and expertise to satisfy requirements to include past performance with a list of references. Contractors must be registered in the Central Contract Registration database (CCR): http://www.ccr.gov/. If any contractor is available on a Government Wide Acquisition Contract (GWAC) the contract number and the contracting agency information shall be provided with the offer. (IX) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows and factors appear in descending order of importance: Compliance with Specification, Technical Capabilities including experience and past performance, Price. Offers will be evaluated based on price and the factors set forth in paragraph (a) and award will be made to the firm offering the best value to the Government. (X) The Contractor must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representation and certifications electronically at https://orca.bpn.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (AUG 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: FAR 52.203-6 Restriction on Subcontractor Sales to the Government, with Alternate I (SEPT 2006) FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004) FAR 52.219-28 Post-Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (AUG 2009) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52-222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) FAR 52.222-54 Employment Eligibility Verification (JAN 2009) FAR 52.225-5 Trade Agreements (AUG 2009) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) The following clauses under subparagraph (c) apply: None (XIII) The following clauses are also applicable to this acquisition: None (IX) The Defense Priorities and Allocations System (DPAS) does not apply. (X) The Government intends to award a firm fixed-price purchase order resulting from this solicitation. (XI) Quotes are required to be received in the contracting office no later than 01:00 P.M. MDT on Wednesday, September 16, 2009. All quotes must be faxed or emailed to the attention of Contract Specialist Gloria Gallegos. The fax number is (303) 497-3163, and email address is Gloria.Gallegos@noaa.gov. If quotation and documentation exceeds 25 pages please mail or send by private carrier to: Department of Commerce, National Oceanic and Atmospheric Administration, Western Acquisition Division, Attn: Gloria Gallegos MC3, 325 Broadway, Boulder, Colorado 80305-3328. (XII) Any questions regarding this solicitation should be directed to Contract Specialist Gloria Gallegos, (303) 497-3487, Gloria.Gallegos@noaa.gov no later than Monday, September 14, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-09-RQ-1437/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01952383-W 20090914/090912233923-de9bee1dc1824e525669bd82ca2c04da (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.