Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2002 FBO #0049
SOLICITATION NOTICE

66 -- LINEAR SLIDE

Notice Date
1/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
3-193771
 
Response Due
2/1/2002
 
Archive Date
1/18/2003
 
Point of Contact
Nancy M. Shumaker, Purchasing Agent, Phone (216) 433-2133, Fax (216) 433-2480, Email Nancy.M.Shumaker@grc.nasa.gov
 
E-Mail Address
Email your questions to Nancy M. Shumaker
(Nancy.M.Shumaker@grc.nasa.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). DESCRIPTION: 1.) 2 EA. - Linear slide with 60" of travel, 55mm/rev lead screw; accuracy, flatness, and straightness of +/-2 micrometers/25mm; 10-6 Torr vacuum compatible preparation; metallic way cover for lead screw. Aerotech part number ATS62150-VAC6-50B-NC-NM-TT62U-C62L/ESXXXXX or equal. 2.) 2 EA. - Brushless servomotor with 5000 line encoders, compatible with item 1; 35 foot integral vacuum cable with connectors attached to slide; prepared for 10-6 Torr vacuum. Aerotech part number BM250-MS-E1250H/VAC6/ESXXXXXX or equal. 3.) 1 EA. - Motion control card for computer control; compatible with items 1 and 2; compatible with PC computer with Labview and Visual Basic software. Aerotech part number U500PCI-PLUS/ or equal. 4.) 1 EA. - Amplifiers to drive servomotors (item 2); rack mount and computer controlled through compatibility with item 3; safety features including fuses; 115 vac input power. Aerotech part number DR500R-A-80-80/AS32020C-F10/AS32020C-F10/ or equal. 5.) 1 EA. - cable to connect items 3 and 4. Aerotech part number OP500-12/ or equal. SPECIFICATIONS: A.) Summary of Physical Specifications: The 2-axis table system must have the following characteristics: travel - 1.5-m each axis; vacuum compatible - 10-6 Torr preparation; position accuracy - better than 100-um; lead screw protection - metal way covers, preferably no optical path to the lead screw; load - up to 20kg; speed - greater than 25mm/s; reliability - very high (known vendors do not specify mean travel life). The system should include all the hardware and software drivers necessary to operate the tables via computer control. A PC computer will be supplied by the requestor (NASA). B.) Compatibility with Existing Hardware: The system shall be compatible with LabView and Visual Basic for computer control from a PC. C.) Lifetime Requirement: Equipment life to exceed 5 years. The provisions and clauses in the RFQ are those in effect through FAC 97-27. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 33911 and 500, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items described above are due by COB 2-1-02 and may be faxed to NASA-Glenn Research Center, Attn: Nancy Shumaker and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. If the end products quoted are other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://www.grc.nasa.gov/WWW/Procure/rforms.html. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted in writing no later than [ENTER DATE]. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#99929)
 
Record
SN20020120/00016083-020119090250 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.