Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2004 FBO #1018
SOLICITATION NOTICE

66 -- STYLUS PROFILOMETER SYSTEM

Notice Date
9/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC04078379Q
 
Response Due
9/14/2004
 
Archive Date
9/7/2005
 
Point of Contact
Glen M. Williams, Contracting Officer, Phone (216) 433-2885, Fax (216) 433-2480, Email Glen.M.Williams-1@nasa.gov
 
E-Mail Address
Email your questions to Glen M. Williams
(Glen.M.Williams-1@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 procurement is being conducted under the Simplified Acquisition Procedures (SAP). This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This procurement is NOT set aside for small business. This notice is being issued as a Request for Offer (RFO) for: Item 1) one Stylus Profilometer System including one set of documentation and operator training. Item 1 The Stylus Profilometer System shall meet the following specifications: 1. Objective The surface profilometer shall be capable of measuring surface texture and features of various mechanical components such as bearings, gears, seals, piston and piston rings, and turbine blades. A versatile turn-key system is required that can provide measurements on this wide variety of part geometries. The equipment will be located in a laboratory environment. 2. General requirements A stylus, contact type profilometer that uses contacting type techniques is required. Systems based on non-contacting type techniques such as laser and interferometer type systems SHALL NOT be considered since some parts to be measured will not allow for line-of-sight and access to the part?s surface. Only stylus, contacting type instruments shall be furnished. The turn-key stylus profilometer system shall include: the measuring system, contacting stylus, computer system for digital capture of the data, and integrated software for removal of datums, removal of forms, and calculation of profiles, waviness, and surface roughness features and statistical-based surface roughness characteristics. 3. Specific requirements 3.1. Vertical performance (direction nominally normal to surface of interest) 3.1.1. System shall include both a diamond-tip stylus and a ball-radius stylus 3.1.2. Minimum of 10 mm measurement range using a diamond-tip stylus 3.1.3. Minimum of 20 mm measurement range using a ball-radius type stylus 3.1.4. Resolution equal to or better than 1 nm when employing the diamond-tip stylus 3.1.5. Maximum contact force of 2 mN when employing the diamond-tip stylus 3.1.6. Maximum contact force of 25 nM when employing the ball-radius type stylus 3.1.7. Vertical axis repeatability indication of 0.2 micrometer or better when measuring both curved and flat calibration standards 3.2. Horizontal performance (direction nominally parallel to the surface of interest) 3.2.1. Traverse length of 150 mm (minimum) 3.2.2. Data sampling interval of 0.2 micrometer or better 3.2.3. Capability of at least 1,000,000 datapoints per trace for the largest traverse distance 3.2.4. Capability of industry standard datum corrections 3.2.5. Straightness uncertainty of 0.15 micrometer or better over the maximum traverse length 3.2.6. Traverse speed range of covering 5 mm/s to 0.2 mm/s (or extended range covering this interval) 3.3. System performance 3.3.1. Vertical traverse of 400 mm minimum to accommodate the needed wide variety of part geometries 3.3.2. Inclination uncertainty of 0.5 arc minute or better for +/- 35 degree range of inclination from machine datum 3.3.3. Radius measurement uncertainty when measuring calibration artifacts of perfect radius ? better than 0.1% for nominal radius of 100 mm or greater, better than 1.0% for nominal radius of 0.1 ? 100 mm 3.3.4. Calibration standards/artifacts will be provided as part of turnkey system 3.3.5. A computer, monitor, and printer shall be provided as part of the turnkey system for data capture, manipulation, analysis, storage, and display. 3.3.6. Even though the equipment will be located in a laboratory environment, the turn-key system shall include appropriate desk and vibration isolation to maximize resolution and accuracy 3.4. Software performance 3.4.1. The software shall be integrated with the measuring system 3.4.2. Shall analyze the measured data, display and print results on roundness, flatness, waviness, form, and roughness 3.4.3. Shall provide for, either by software or hardware, industry standard filtering of data (with ISO standard cut-offs) 3.4.4. Shall provide the option of capturing data with no filtering (other than the natural mechanical filtering inherent to a stylus type measurement) 3.4.5. Shall provide the opportunity to exclude regions within the measurement data prior to analysis (operator selected) 3.4.6. Shall calculate industry standard surface texture characteristics per ISO standard. As a minimum, the parameters shall include average roughness Ra; the root mean square roughness Rq; the skewness Sk, extreme value descriptors including maximum peak height Rp, the maximum valley height Rv, and the maximum peak to valley height Rmax. 3.5. Operator training ? The Contractor shall include training of up to 3 NASA Glenn personnel at the NASA Glenn Research Center, Cleveland, Ohio within 1 month of delivery of the system. The training shall include safe operation requirements, proper use to ensure the integrity of the measurement system, and knowledge required to measure the surface and analyze the measured data. 3.6. One copy of documentation/instruction for the operation of all software and hardware of the Stylus Profilometer system. Delivery Schedule The Contractor shall deliver Item 1 within 8 weeks ARO of award. Solicitation Provisions The provisions and clauses in the RFQ are those in effect through FAC 01-24. The NAIC code is 334519 and the small business size standard for this procurement is 500 employees. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Ombudsman has been appointed -- See NASA Specific Note "B". Delivery shall be FOB Destination, NASA, Cleveland, Ohio. Do NOT propose FOB Origin or FOB some other location. Offers for the items(s) described above are due by September 14, 2004, 4:30p.m. GRC local time and are to be mailed to NASA Glenn Research Center, 21000 Brookpark Road, MS 500-306, Cleveland, OH 44135. Include, solicitation number on the outside of the envelope. The offer shall include: FOB Destination NASA GRC, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), Cage Code, taxpayer identification number (TIN) and a signed copy of the Representations and Certifications (52.212-3), identification of any special commercial terms, description of items offered per 52.212-1 and as modified, and be signed by an authorized company representative. A copy of a published price list, catalog price or computer page printout showing the price for Item 1 may also be included if desired. (Note, the Contracting Officer may request this information if only 1 source provides a proposal). Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form attached to this solicitation (Ensure that the ?track changes? feature is turned off when word processing this form). Faxed offers are not acceptable. Offers must have a Cage Code in order to receive an award. You may obtain a Cage code at the following URL: http://www.ccr.gov/ Questions regarding this acquisition must be submitted in writing no later than 2 days after the posting date of this notice. Offerors shall provide the information required by FAR 52.212-1. Note for those proposing advance payments: FAR limits advance payments for commercial items to not greater than 15% of the price. Your price for the items shall include all applicable taxes, import duties and fees. Note that NASA is a U.S. Federal Agency and is exempt from local and state taxes. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the Offerors shall so state and shall list the country of origin. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. Alternate sites to download Representation and Certifications - Commercial Items may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/midrange/ or http://www.grc.nasa.gov/WWW/Procure/rforms.html FAR 52.212-4 is applicable. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items is applicable. As prescribed in 12.301(b)(4), insert the following clauses (only those X?d are applicable): _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4)(i) 52.219-5, Very Small Business Set-Aside (June 2003) (Pub. L. 103-403, section 304, Small Business Reauthorization and Amendments Act of 1994). __ (ii) Alternate I (Mar 1999) of 52.219-5. __ (iii) Alternate II (June 2003) of 52.219-5. __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7.__ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2002) (15 U.S.C. 637(d)(4). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (June 2003) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __ (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). _X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). _X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). _X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). __ (21)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). _X_ (22) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). __ (23)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (24) 52.225-5, Trade Agreements (Jan 2004) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (26) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). __ (27) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). _X__ (28) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (29) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (30) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (31) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631).. __ (ii) Alternate I (Apr 1984) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: None Marked as Applicable 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 Selection and award will be made to that offeror whose offer meets the specifications of Item 1 above and is the most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements such as delivery schedule proposed shall also be considered Technical acceptability will be determined by information submitted by the offeror providing a description in sufficient detail to show that the product offered meets the Government's requirement (see specifications above). It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Unless otherwise stated in the solicitation, for selection purposes, specifications, total price, and past performance are essentially equal in importance. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#112418)
 
Record
SN00666585-W 20040909/040907212529 (fbodaily.com)
 
Source
FedBizOpps.gov 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.