Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2006 FBO #1692
SOLICITATION NOTICE

66 -- Upgrade of Existing Velocity Control Loop for Automated Stack of Indexing Tables

Notice Date
7/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery 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
Reference-Number-PR-06-821-3782
 
Response Due
7/28/2006
 
Archive Date
8/12/2006
 
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. 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) 2005-11. The associated North American Industrial Classification System (NAICS) code for this procurement is 333319 with a small business size standard of 500 employees. This acquisition is100% small business set-aside. In accordance with the Non-Manufacturer Rule, to qualify under a small business set-aside, the distributor and the manufacturer must qualify as a Small Business manufacturer under the NAICS code identified above. The National Institute of Standards and Technology (NIST), Precision Engineering Division has a requirement to upgrade an existing Velocity Control Loop for Automated Stack of Indexing Tables The upgrade shall implement a velocity feedback loop for control and operation of the drive motors. The additional control loop shall work to provide smooth velocity and motion control while the existing positioning loop will continue to provide feedback for absolute positioning. All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 Vendor shall provide, install, and tune (all necessary hardware, cables, equipment, and software) dual-loop controllers for the indexing tables of our automated angle measurement system. The dual loop shall consist of a new velocity control loop which shall supplement the existing position control loop. For smooth motor control and operating motion, the new velocity control loop shall be based on encoder feedback directly from upgraded drive motors. For precise positioning of the tables, the existing positioning control loop shall be based on feedback from separate existing encoders that measure the angular position of the tables (1 per table). The existing motors shall be replaced with newer-design off the shelf motors provided that the replacement motors meet the prior described criteria specified above. General Requirements: Velocity feedback. ?Replace the existing drive motors with new drive motors that use an encoder, not tachometer, for feedback. The encoder must have at least 1000 lines per revolution, which can be translated into at least 4000 counts per revolution. This encoder output shall then have to be used to derive velocity feedback in a manner consistent with our existing system. ?Replace existing cabling from each drive motor to its drive amplifier (if necessary). ?Replace existing drive motor amplifiers if not adequate or compatible with new motors. Software requirements: ?Tune the amplifiers and PMAC control system via existing software and diagnostics, with hardware and software adjustments as needed, so as to provide smooth operation of the upgraded control system. ?The vendor shall ensure that the upgraded system will act in such a manner that it is fully compatible with the higher level computer control that currently runs the instrument. The existing motion control board is a 4 axis PMAC-Lite, made by Delta Tau. The current system provides homing, positioning, fault-detection and protection, pneumatic lifting, and also control of a rotary air-bearing table. (This table is not to be confused with the 3 indexing tables: there is no need to change the control system for the air bearing table.) Replacement Motor requirements ?The new motors shall be completely compatible with the existing motors (schematic and pictures of the existing motor supplied upon request). ?The drive capability of the new motors should be consistent with the existing motors. ?The new motors shall be mechanically compatible with the needs of the existing system: they shall include identical output shaft dimensions and have an identical tapped and threaded hole pattern (specified in the schematic) to be direct plug and play replacements with the existing hardware necessary to connect each motor with its gearbox. ?There must also be sufficient physical space for each new motor to be attached in place of each old motor. To obtain a copy of the schematic and pictures of the existing motor, request must be sent to Tye Gibson (tyegibson@nist.gov). Line Item 0002 Installation: Installation shall occur at NIST and include, at a minimum, uncrating, set-up and hook up of all equipment; integration of all new equipment; installation and start-up of all new software, turn-key start-up of the system; functional test to ensure all components are working and demonstration of specifications. Training: The Contractor shall provide training, on-site at NIST, for two (2) NIST personnel. The training, shall be performed concurrently for the two (2) members, cover a complete description of the components and maintenance of the system and, at a minimum, a description of how each component works, a description and demonstration of the new software, with explicit instructions about how each segment of the software works. The vendor will provide 1 hour of training of in the use of the PMAC system diagnostic capabilities to observe motion profiles. Total training is anticipated to be not less than two (2) hours. Inspection and Acceptance Criteria 1. Physical inspection at NIST laboratory for adherence to specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. Acceptance testing: Acceptance testing shall verify that any changes in the system have not compromised the system?s capability for performing the other functions already implemented into the higher level software. The tests may be to move to random positions and return, or move d to a series of positions chosen by NIST without degradation of performance of the upgraded control system, verified by diagnostics. Acceptance Testing Requirements ?The new motors and upgraded control system shall work continuously without failure for a period of up to one week ?The upgraded dual-loop system shall provide motion control without oscillation, following errors, or other indicators of poor servo control, while matching the current existing system performance in terms of the speed of a commanded angular move. ?The time required for the upgraded system to perform an angular move to a target position within a commanded range, from start to finish, must at least match the performance of the existing system, and it must reach the commanded angular position without excessive overshoot, ringing, or dither. ?It must be verified that the instrument returns to its home-position properly. ?Diagnostics will be used to verify that the commanded motion profile is followed, with smooth acceleration/deceleration profiles as needed to avoid any excessive forces in the system. Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. 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 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. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Proposal/Quote Evaluation The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. 1. Award will be made on a best-value basis Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. A rough schematic or diagram of the proposed instrument design should also be included. Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. 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. Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable up grades. Information on past experience may be obtained from references. The following clauses apply to this acquisition: The following clauses apply to this acquisition: Clauses: 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: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 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-Supplies 52.225-13, Restrictions on Certain Foreign Purchases 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 clauses may be viewed at www.acqnet.gov. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. All quotes shall be received not later than 3:30 PM local time, on July 28, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-3571, Attn: Tye Gibson. 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 made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Faxed quotes will NOT be accepted.
 
Place of Performance
Address: NIST, 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: UNITED STATES
 
Record
SN01088058-W 20060715/060713220327 (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.