Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

66 -- 4-AXIS WIND-TUNNEL TRANSLATION SYSTEM

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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
NB698020-11-04562
 
Archive Date
9/24/2011
 
Point of Contact
Judy K. Pace, Phone: 3019752752, Patrick K Staines, Phone: (301)975-6335
 
E-Mail Address
judy.pace@nist.gov, patrick.staines@nist.gov
(judy.pace@nist.gov, patrick.staines@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Commerce, National Institute of Standards and Technology (NIST) has a requirement for a 4-axis Wind-Tunnel Translation System to be used in the Temperature, Pressure, and Flow Metrology Division at NIST, Gaithersburg MD 20899. 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 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) 2005-53 (Effective 4 Aug 2011) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the contract specialist. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. All offerors shall provide a quotation for the following line items: LINE ITEM 0001: ONE (1) 4-AXIS WIND-TUNNEL TRANSLATION SYSTEM LINE ITEM 0002: ONE (1) HMI INTERFACE OPTION LINE ITEM 0003: ONE (1) HMI TRAINING FOR USE AND PROGRAMMING REQUIREMENT The 4-axis translation system will move wind speed measuring instruments throughout the moveable test section of the NIST low-speed wind tunnel, and through a portion of the stationary divergence zone, downstream of the test section. The system will also rotate a turntable, upon which model buildings will be placed for wind experiments. The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Specifications For 4-axis Wind-tunnel Translation System include: 1) General - The system shall include X-Y-Z axis translation axes and one rotational axis. 2) Travel dimensions: X - The system must be capable of travelling 11 meters within the low speed test section of the NIST wind tunnel, plus 10 meters of the downstream modified divergence zone. A mechanism must be supplied that allows the X-axis to be easily and conveniently disassembled such that the moveable test section can be separated from the downstream divergence zone, when other test sections must be employed for wind tunnel experiments. We require convenient and easy adaptation of the traverse system when setting up the moveable test section for use, or when changing test sections. Y - 5 feet. Z-3-feet. Rotational axis - 360 degrees. 3) Positioning resolution and repeatability: X Axis - 0.05 inches Y and Z-axis - 0.01 inches Rotational axis - 1 minute of angle 4) Travel limitations and knowledge of position: The system should know the position within the 4 axes on startup, without the need for determining a home position. The system must be able to sense the z-axis position with respect to the local floor, so that measurements may be performed in close proximity to the floor without danger of crashing the measuring equipment. Encoders will be included on all 4 axes. End of travel sensors and failsafes shall be provided to protect the system from over-travel. A brake is required on the X-axis. 5) General position of axes - the X-axis traverse shall be located close to the ceiling, in order to minimize aerodynamic impact on the free stream within the tunnel. The non-moveable components of the y-axis shall be mounted as near to the ceiling as practical, to minimize disturbance of the free stream. 6) Loading : a. The linear translation axes must carry the weight of the system itself, plus an estimated 40lbs of underhung, attached equipment, including any attached structure and the measuring equipment itself. The estimated maximum cross-sectional area of the combined structure and equipment is 150 in2. The center of this area could be as far as 5 feet 9 inches from the ceiling. The wind speed in the tunnel will be from 0 to 50 mph for the loading conditions stated above. The 4-axis system must also be capable of withstanding wind speeds up to to 100 mph without any attached structure. It shall be vibration-free. Provisions for vibration-free cable handling shall be included. The rotational axis should be capable of supporting and rotating 300 lbs. It shall be vibration-free when loaded with a model building of ½ m2 maximum surface area, with wind speeds up to 50 mph. 7) Machine interface - System to incude 4-axis touch-screen human to machine interface (hmi). Positioning shall also be compatible with Labview and Labview drivers shall be included. Training in use and programming of the HMI shall be provided. 8) Submission of design prior to manufacture - Drawings of the design shall be submitted prior to manufacture so that the Contracting Officer's Representative (COR) may examine the proposed motion control solution. The drawings shall include all components and part numbers, plus an assembly drawing accurately depicting the assembled system in the wind tunnel. Training The contractor shall conduct one (1) training session for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation. Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation during normal business hours. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery should be FOB DESTINATION and shall take place not later than 10 weeks after contract award. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the specifications. 1. Technical Capability: Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. No prototypes, demonstration models, used or refurbished instruments will be considered. 2. Price PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 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. Clauses: 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 (AUG 2011) - including subparagraphs: 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)) 52.233-3 Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 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; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3 Buy American Act -- Free Trade Agreements--Israeli Trade Act (Jun 2009) 52.225-4 Buy American Act -- Free Trade Agreements--Israeli Trade Act Certificate 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34 F.O.B. Destination 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 1352.209-73 Compliance with The Laws 1352.209-74 Organizational Conflict of Interest 1352.246-70 Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract (b) The place of acceptance will be: Bldg 230 East Drive, Gaithersburg, MD 20899 (End of clause) 1352.271-83 Government review, comment, acceptance and approval INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Addendum to FAR 52.212-1, Quotation Preparation Instructions All Vendors shall submit the following: 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm-fixed-price, FOB Destination for the CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 30 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation and drawings are submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each salient characteristic described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. 3) A current copy of the Contractor's price list or catalog pages that contain pricing for the equipment defined within the Contractor's quotation. Addendum to 1352.271-83 Government review, comment, acceptance and approval. (a) Documentation, including drawings and other engineering products and reports, required by the contract to be submitted for review, comment, acceptance or approval will be acted upon by the Government within 60 calendar days after receipt by the Government. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 4:00 p.m. Eastern Time on Friday, September 9, 2011. FAX quotations shall not be accepted. E-mail quotations shall be accepted at judy.pace@nist.gov. Offerors' quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Judy Pace, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. 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 48 hour (excluding weekends and holidays) prior notice shall be provided to Judy Pace, Contract Specialist on 301-975-2752. Acceptance of Terms and Conditions (Addendum to FAR 52.212-1(b) (11)): This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "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) Note: 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. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB698020-11-04562/listing.html)
 
Place of Performance
Address: 100 BUREAU DRIVE, GAITHERSBURG, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02555465-W 20110901/110830235905-57cb4f22ca3b95564f5e2e577da1a21c (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.