Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
SOLICITATION NOTICE

66 -- Extrapolation Range Motor Controller System

Notice Date
4/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335314 — Relay and Industrial Control 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
NB687020-12-02376
 
Archive Date
5/12/2012
 
Point of Contact
Jennifer L. Malcolm, Phone: 3034973764
 
E-Mail Address
jennifer.malcolm@nist.gov
(jennifer.malcolm@nist.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
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) 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 335314 with a small business size standard of 750 employees. This acquisition is 100% set-aside for small business. The National Institute of Standards and Technology (NIST) has a requirement to replace an Extrapolation Range Motor Controller System; used and/or remanufactured equipment will not be considered for award. All responsible quoters shall provide a quotation for the following line item: LINE ITEM 0001: Quantity one (1) each, Extrapolation Range Motor Controller System that shall meet or exceed the following required specifications: PURPOSE: The RF Fields Group requires an Extrapolation Range upgrade in the Antenna Metrology Lab. The existing system is not operational and is not supported by the manufacturer. This will require replacing the motor and chain drive for the linear axis (referred to as the "z-axis"), and a rotating axis (referred to as the "rotation axis"). Both of these axes are controlled by a single desktop unit (i.e. multi-axis motor controller), which will also need to be replaced. All required cables, including a hand held remote will also be replaced. The new system will be installed and made operational by the supplier. A cart/carriage currently runs the length of the z-axis. This carriage has a maximum weight of 1 Ton, and houses the current motor that moves it along the z-axis rails via a chain drive. The rails are approximately 45 feet in length. TECHNICAL SPECIFICATIONS: Z-Axis • Provide and install a new motor that connects to the new or existing chain drive. It is up to the suppliers' discretion if they would like to include any motor amplifiers and/or gearboxes. NIST's experience indicates that a servo motor (with amplifier) and a gearbox may be the best solution, but NIST will consider other solutions. • Provide and install all mounting hardware required to mount the motor (and other hardware (i.e. amplifier, gearbox, etc.) to the existing z-axis carriage. • Provide and install all cables, power, encoder/feedback, etc. We estimate the required length of these cables will be 100 feet. Suppliers have the option of using an existing cable track. Should the existing cable track not be suitable, the supplier is responsible for including a replacement in their quote. • The system must be able to move the z-axis carriage at any specified speed between 1mm/sec to 150mm/sec. The system must be able to consistently maintain the speed at which it's commanded to move. Rotation/Polarization-Axis • Provide and install a new motor for the rotation/polarization axis. This axis needs to be able to rotate a 50 pound load, not including the translation stages or mounting plates (specified below). • The system must be able to rotate the load at any specified speed between 1 and 6 RPM. The system must be able to consistently maintain the speed at which it's commanded to move. • Provide and install all mounting hardware required to mount the motor (and other hardware, i.e. amplifier, gearbox, etc.) to the existing structure. • All components for this axis must be mounted/enclosed in EMI rated, protective housing. • The system must have the ability to be jogged manually, or moved to a discrete position. When moved to a discrete position, the system must have a positioning repeatability of 0.01 degrees or better. • Provide and install all cables, power, encoder/feedback, etc. We estimate the required length of these cables will be 50 feet. • Part of the motor load (not included in the 50 pound specification) will be a set of manual x-y translation stages. These stages should have a travel of 200 mm in each the x and y direction. The translation stages must have a brake that can be manually engaged. A machined adapter plate will be mounted to translation stage that facilitates the use of NIST's existing antenna mounting hardware. Suppliers will be shown (and be able to measure) NIST's antenna mounting hardware at the specified on-site visit. The weight of the mounting hardware will not exceed 10 pounds, and is not considered part of the 50 pound load specification. Controller and Hand Held Remote • Both motor controllers should be mounted in a single enclosure that will be placed on a tabletop next to a desktop computer (computer will not be supplied through this acquisition). • This enclosure should also have a single emergency stop switch capable of immediately stopping motion on both axes. • The controller(s) mounted inside the enclosure must be capable of being controlled remotely using a PC. Acceptable means of communication include (and are limited to) RS-232 serial, Ethernet, USB, and GPIB. The supplier is responsible for providing the syntax manual for the programming language used by the controller. • A hand remote control/pendant with 40' of cable is required. The pendant will have variable speed control and direction of both axes, along with an emergency stop button. The pendant should be hard wired to the controller box. Other Information: With the quote, the offeror must include a list of changes that needs to be made to the structure of the rotating axis and/or the z-axis carriage. Preference will be given to suppliers who propose a solution that requires no/minimal modification to our existing structures. Preference will be given to vendors who propose a system that can run off of a standard 120 VAC, 30 Amp circuit. Preference will be given to suppliers who have a local support team that can quickly respond to NIST in the event of an equipment failure. The supplier should refrain from using any wireless devices (i.e. any intentional wireless transmissions that carry data) to meet the above specification. Proposals that include the use of wireless devices (i.e. wireless remotes) will be eliminated from consideration. All of the existing motors and cabling will be removed by NIST personnel prior to the on-site installation of the new system. DELIVERABLE SCHEDULE: Preference will be given to vendors who can have the system installed and operational within 12 weeks of award. Please provide a delivery schedule with your quote. 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 installation 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 and install all line items to NIST, Building 24, 325 Broadway, Boulder, CO 80305. Site Visit: Suppliers will be given the opportunity to inspect the current motion system and structure via an on-site visit that will be held at 9:00 a.m. on Thursday, April 12, 2012 at NIST, 325 Broadway, Building 24, Boulder CO 80305. Registration is required. Please email names and company information for attendees to Jennifer Malcolm no later than 24 hours before the site visit. Attendees must be U.S. Citizens. 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. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them no later than 12:00 p.m. Mountain Time on Friday, April 27, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted at Jennifer.malcolm@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jennifer Malcolm, 325 Broadway, Mail Stop 194, Boulder, CO 80305. 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, and a 24 hour prior notice shall be provided to Jennifer Malcolm, Contract Specialist on 303-497-3764. Addendum to FAR 52.212-1, Quotation Preparation Instructions All quotes should include the following information: 1.) Price Quotation: The offeror shall submit an original and one copy of a price quote. 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 should propose a firm-fixed-price. Price quotations shall remain valid for a period of 90 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 is submitted electronically, additional copies are not required. The technical quotation shall address the following: a. Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the technical specifications by providing a citation to the relevant section of its technical description or product literature. b. Past Performance: The offeror should provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. It is recommended that approximately 3-5 contracts be referenced. For relevant past contracts, please provide reference contact information for the project owner(including name, company, email and phone number) along with a brief description of the work completed by the offeror. c. A Description of the Commercial Warranty d. 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) QUOTATION EVALUATION: Evaluation Factors: Award shall be made to the offeror whose quotation offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, and 3) Price. All non-price factors, when combined, are more important than price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Government's minimum required specifications. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the Offeror has successfully completed relevant contracts in the past five years. In assessing the Offeror's past performance information, NIST will evaluate the quality and timeliness of the past work. Evaluation of this factor will be based on information provided by references and other available sources. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror's past performance. The Government will assign a neutral rating if the Offeror has no relevant past performance information. Price: Price shall be evaluated for fairness and reasonableness. Provisions and Clauses: The full text of a FAR provisions 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: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Re-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 52.223-18, Contractor policy to ban text messaging while driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Questions Quoters must submit all questions concerning this solicitation in writing to Jennifer.malcolm@nist.gov. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB687020-12-02376/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02715587-W 20120407/120406000312-0006e7c9891d0401fbfc160df624de6b (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.