SOLICITATION NOTICE
66 -- CMM Interim Test Artifact
- Notice Date
- 8/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument 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, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-05-Q-0891
- Response Due
- 8/23/2005
- Archive Date
- 9/7/2005
- 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. THIS 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 05-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all interested offerors may submit a quote. The National Institute of Standards and Technology (NIST), Precision Engineering Division, has a requirement for a Coordinate Measuring Machine (CMM) Interim Test Artifact with a cubic configuration with high precision spheres in each of the corners. All interested quoters shall provide a quote for the following line item: LINE ITEM 0001: Quantity one (1) each CMM interim test artifact meeting all of the following required specifications: (1) The spheres must have a sphericity of less than 0.3 micrometers and a diameter of 25.4 millimeters plus or minus 5.0 micrometers; (2) The artifact must include additional hardware, procedures, and software to calculate the three-dimensional coordinates of each sphere center, relative to the artifact coordinate system with an uncertainty of less than 1.0 micrometer per meter in a laboratory environment (assuming a temperature uncertainty of approximately 0.2 degrees C; (3) The calibration procedure must be independent of the CMM under evaluation. That is, triangulation methods for calculating sphere coordinates using the CMM under test are not acceptable; (4) The nominal distance between each sphere along any side shall be approximately 400 millimeters; (5) A detailed uncertainty budget for establishing the three dimensional ball center coordinates must be provided; (6) At least 3/4 of the sphere surface must be unobstructed to insure CMM probe accessibility; (7) Software to extract samples of CMM rigid body parameters from the measured errors must be provided; (8) Effective coefficient of thermal expansion for the cube shall not exceed 3.5 parts per million. Delivery 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 loss of and/or damage to the goods occurring before receipt 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. Delivery shall be completed in accordance with the Contractor?s commercial schedule. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by a review of documentation submitted in accord with this solicitation; (2) Has a satisfactory record of past performance with respect to quality of product provided, timeliness of delivery, and delivery of products as quoted; and (3) Quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on information obtained from references provided and/or the quoter?s recent and relevant procurement history with NIST or its? affiliates. Past Performance shall be determined satsifactory if the majority of references contacted provide positive feedback with respect to the areas of interest identified above. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3 Buy American Act?Free Trade Agreement?Israeli Trade Act (JAN 2005) with Alternate I; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and; (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items and all technical evaluation criteria; (2) Two (2) originals of technical description and/or product literature; and (3) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. All quotes must be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Carol A. Wood, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on August 23, 2005. FAX QUOTES SHALL NOT BE ACCEPTED. E-MAIL QUOTES SHALL BE ACCEPTED. THE SUCCESSFUL QUOTER MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. REFERENCE www.ccr.gov. REFUSAL TO REGISTER SHALL FORFEIT AWARD OF A PURCHASE ORDER.
- Place of Performance
- Address: Contractor's Site
- Record
- SN00868031-W 20050813/050811211825 (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 |