Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

66 -- XYZ Precision Manipulator

Notice Date
7/9/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NB620010-7-05614
 
Response Due
7/23/2007
 
Archive Date
8/7/2007
 
Small Business Set-Aside
Total Small Business
 
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 under the authority of 13.5 Test Program for Certain Commercial Items.*** ***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) 2005-17.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) X-Y-Z Precision Manipulator.*** The electron physics group will purchase an X-Y-Z precision manipulator for preparation of samples and tips in the new LTAFM system. The manipulator shall allow linear travel as well as polar and azimuthal rotation. Furthermore, the manipulator shall be equipped with heating of the sample plate via electron beam bombardment from the back. Required submittals: 1. The vendor shall supply a conceptual drawing of the manipulator and its components. 2. The vendor shall supply detailed CAD drawings of the manipulator and all components within 2 weeks after contract award. ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) X-Y-Z Precision Manipulator, which shall meet or exceed the following salient characteristics: General Requirements: 1. The manipulator and all of its vacuum components (items 1-3) shall be ultra-high vacuum compatible down to pressures of 10e-11 Torr or better. 2. The manipulator and all of its vacuum components (items 1-3) shall be bakeable to 150 degrees C or higher. Specifications: 1. X-Y-Z Precision Manipulator 1.1. Shall have a single bellows for X, Y, and Z movements 1.1.1. The bellows shall be edge-welded. 1.1.2. The bellows shall have a 44mm (1.75 inch) clear inner diameter bore. 1.2. The manipulator shall have a precision XY stage. 1.2.1. The XY stage shall couple to the traveling flange of the manipulator. 1.2.2. Provides at least +/-12.5mm (0.5 inch) X & Y travel. 1.2.3. Shall use cross roller bearing slides. 1.2.4. Shall include high resolution micrometers to control the travel of the X and Y axis with 1 micron resolution with a Vernier scale. 1.3. The manipulator shall have springs to compensate the vacuum force and reduce the load on the Z micrometer. 1.4. The manipulator shall provide 100 mm (4 inches) of Z travel. 1.5. A base flange shall be included that mounts to the chamber. 1.5.1. Shall be 6 inches OD CF 1.5.2. Shall have four mini-ports for the utility feed throughs. 1.5.3. Shall include electrical feed-throughs for the e-beam heater in Item 3. 1.5.4. The footprint of the manipulator at the base flange shall be no larger than 8 inches W x 10 inches L including all of the support structures. 1.6. The traveling flange shall be 70 mm (2.75 inches) OD CF. 1.7. The manipulator and all of the listed features shall operate when mounted horizontally or vertically. 1.8. The manipulator shall be designed for UHV and shall be compatible with base chamber pressures of 10e-11 Torr or better. 2. Rotary drive and shaft 2.1. Rotary drive should mount to the traveling flange in Item 1.9. 2.2. With Item 3, shall provide primary and secondary motion of the sample holder. 2.2.1. Primary motion will provide +/-180 degree rotation about the polar axis. 2.2.2. Secondary motion will provide at least +/-110 degree rotation about the azimuthal axis (axis normal to the sample). 2.3. The manipulator shaft and sample holder shall be of the appropriate lengths so that the center of the sample is 6 inches beyond the base mounting flange when the manipulator is fully retracted. The center of the sample should be 10 inches beyond the base mounting flange when the manipulator is fully extended. 2.4. The bottom most piece of the manipulator should extend no further than 1.5 inches beyond the center of the sample. 3. Sample assembly, heater, and thermocouple 3.1. The sample assembly and heater shall mount to the end of the rotary drive shaft in Item 3. 3.2. Shall include a sample plate the sample will mount on. 3.2.1. Shall be mounted so that the face of the sample plate is perpendicular to the manipulator axis. 3.2.2. Sample plate shall be made from molybdenum. 3.2.3. The sample plate shall be easily removable for modification by NIST. 3.3. Shall include sample motion accessories 3.3.1. Includes all of the necessary gears/parts to allow primary and secondary motion outlined in 2.2. 3.3.2. Includes ex situ positional adjustment of the sample plate so that the sample center will be on axis during primary and secondary motion. 3.4. The sample assembly shall include an electron beam bombardment heater 3.4.1. Shall provide heating of the sample plate to temperatures of at least 1200 degrees C. 3.4.2. The e-beam filament shall be isolated from ground and mounted behind the sample plate. 3.4.3. Shall include shielding of the e-beam filament for efficient collection of the electrons at the sample plate. 3.4.4. Shall include a thermocouple for measuring the temperature of the sample plate during heating. 3.4.5. Shall include all required wiring and feed-throughs for the E-beam heater and the thermocouple. 3.4.6. Shall use N-type thermocouples and molybdenum parts for low stray magnetic fields. 4. Heater Power Supply 4.1. Shall provide temperature readings of the thermocouples in 3.6. 4.2. Shall provide temperature regulated control of the e-beam heater 4.2.1. Shall control the temperature of the sample plate from room temperature to above 1300 degrees C. 4.2.2. Shall have an accuracy of 0.2%. 4.3. Shall be housed in a 19 inch rack. Shall include RS232 communications link for programmable temperature control. The vendor shall supply detailed CAD drawings of the manipulator and all components within 2 weeks after contract award, and delivery shall be provided no later than 10-12 weeks after receipt of an order. 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 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance & price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor Meeting or Exceeding the Requirement, 2) Past Performance and 3) Price. Technical capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. *** The full text of a FAR provision 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: 1. 52.204-7 Central Contractor Registration; 2. 52.212-4 Contract Terms and Conditions?Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: a. (5) 52.219-6 Notice of Small Business Set-Aside; b. (14) 52.222-3, Convict Labor; c. (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; d. (16) 52.222-21, Prohibition of Segregated Facilities; e. (17) 52.222-26, Equal Opportunity; f. (19) 52.222-36, Affirmative Action for Workers with Disabilities; g. (24) 52.225-3, Buy American Act- Free Trade Agreement?Israeli trade Act, (ii) Alternate I; h. (26) 52.225-13 Restriction on Certain Foreign Purchases, and i. (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 Line Items 0001; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), 5) A list of three (3) references which includes the contact?s name, phone number, and e-mail.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** 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) *** ***Submission shall be received not later than 3:00 p.m. local time on July 23, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Paula Wilkison. Because of heightened security, FedEx, 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, Building, 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-U.S. 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. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Paula Wilkison) @ paula.wilkison@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED. ***
 
Place of Performance
Address: 100 Bureau Drive Mail Stop 1640, Gaithersburg, MD
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01336934-W 20070711/070709220309 (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.