DOCUMENT
36 -- Custom 3D Tabletop - Printable
- Notice Date
- 6/16/2008
- Notice Type
- Printable
- NAICS
- 335314
— Relay and Industrial Control Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA1044020
- Response Due
- 6/30/2008 3:00:00 PM
- Archive Date
- 7/15/2008
- Point of Contact
- Kevin E Doss,, Phone: 301-827-7044, Gina Jackson,, Phone: 301-827-7181
- E-Mail Address
-
kevin.doss@fda.hhs.gov, gina.jackson@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A NOTICE FOR COMMERCIAL CONTRACT FOR A CUSTOM MADE TABLETOP SYSTEM FOR 3D BREAST IMAGING STUDIES. This is a Firm Fixed Price commercial contract. Period of Performance shall not exceed 6 months after the date of award. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for quote (RFQ). (ii) The solicitation number is FDA1044020. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. (iv) The associated North American Industry Classification System (NAICS) Code is 335314, Size $6.5M. (v) The requirement is a 100% small business set aside. The above performance of the services shall be delivered at the Food and Drug Administration, at10903 New Hampshire Avenue, Silver Spring, MD, 20903. Scope of Work : Description: The Food and Drug Administration (FDA) Center for Devices and Radiological Health (CDRH) is requesting bids for the purchase of a platform for the positional control of the x-ray housing, object holder, and detector of a custom made 3d x-ray breast imaging device for 3d breast imaging studies. Requirements: This system requires four (4) motorized linear stages with large travel ranges (67”, 42”, 40”, and 36”). The following requirements apply to each of the four linear stages: * Positional accuracy: at least 154 microns for the 67” travel stage, 118 microns for the 42” travel stage, 105 microns for the 40” and 36” travel stages. * Bidirectional repeatability: at least +- 3microns * Straightness and flatness: at least 57 microns for the 67” travel stage, 42 microns for the 42” travel stage, 35 microns for t he 40” and 36” travel stages. * Home and limit sensors * No more than 25mm rev per ball screw * Ability to be used with minimal wear outside of a clean room environment * Mounting holes/mechanism for a standard optical table. * Ability to be queried with controller for current position with an error of +- 0 steps. * Screw speed of at least 20 rev/sec for the 67” travel stage, 35 rev/sec for the 42” travel stage, and 47 rev/sec for the 40” and 36” travel stages. * Cables included: at least 10 feet long to controller * Frame size: at least 34 * Static torque: at least 1285 oz-in * Stepper drives * Normal load capacity: at least 300 lbs * Off-axis load capacity: at least 900 ft-lb off-axis The system also requires three (3) motorized rotational stages with normal load capacities of at least 25 lbs, 150 lbs, and 200 lbs and the following additional requirements: * Diameter of between 4-5 inches for the 25lbs stage, 5-8 inches for the 150 lbs stage, and 8-10 inches for the 200lbs stage. * At least 180:1 gear ratio * At least 10 arc min accuracy * Positional repeatability: at least 0.5 arc min * 360 degree continuous angle motion * Accuracy: at least 10 arc min * Weight: no more than 6 lbs. * Wobble: no more than 60 arc sec. for 15 rev/sec input velocity * Cables included: at least 10 feet long to controller * Ability to be queried for current position with error of +- 0 steps * Ability to be used with minimal wear outside of a clean room environment * Mounting holes/mechanism for a standard optical table. * Frame size: at least 23 * Static torque: at least 166 oz-in * Stepper drives The system also requires four additional rails for load management. Two of those rails must be the same length as the 67” travel linear stage and the other two must be the same length as the 40” linear stage. The additional following requirements apply: * Maintenance free lube system * Completely covered so that dust in not a concern * Ability to be operated in outside of a clean room with minimal wear * Mounting holes/mechanism for a standard optical table * Minimal friction. Should allow for movement via the linear stage motors with minimal wear. The 67” and 42” linear stages will be assembled in an xy configuration with the 200 lb load rotational stage mounted on top. Two linear guide rails will be used to stabilize this configuration. The same assembly will be used for the 40” and 36” linear stages and the 50lb rotational stage. The 25 lbs load rotational stage will be positioned separately. This entire system has the following additional requirements: * All of the motorized stages must be controlled via a single controller that has a single cable input for the user computer. * All of the stages must be programmable with Labview software * The supplier must provide documentation on how to use Labview with the stages * The stages must be able to be controlled so that they can all have simultaneous motion with a single computer command. * It must be possible to control the exact form of the acceleration of the stages to minimize vibration. * The controller must be able to control at least 8 axes simultaneously so that an additional motorized stage can be added in the future with no modification to the controller system. * The assembled x/y/rotational stages must be able to support a load of at least 70lbs (for the larger assembly) and 40lbs (for the smaller assembly) at any location in the x/y mechanically accessible space. * The x/y stages must be pinned appropriately to allow for assembly of both of the x/y setups to at least 30 arcsec. FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. (vi) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical and price. Technical are of greater importance when compared to price. Offerors must identify a point of contact for each by providing a name and telephone number. The government shall consider only the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (vii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. (viii) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (ix) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. All questions must be in writing and received by no later than June 30, 2008. No telephone request will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation. The contract shall be responsible to check/download any amendments to this combined synopsis/solicitation at this site. Question must be addressed to the Contract Specialist listed in this notice. (x) Offers are due either by mail or by fax on June 28, 2008, by 1400 hours eastern time, at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. (xi) For information regarding this solicitation, please contact Kevin Doss at (301) 827- 7044, FAX (301) 827- 7106 or email kevin.doss@fda.hhs.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8db4ca25dad963fb9024cb876e4071a6&tab=core&_cview=1)
- Document(s)
- Printable
- File Name: Printable copy of Combined Synopsis/Solicitation (Combined Syn Sol - Custom 3d Table.pdf)
- Link: https://www.fbo.gov//utils/view?id=2d6b185122f9deefee70ac257b68abb4
- Bytes: 11.43 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Printable copy of Combined Synopsis/Solicitation (Combined Syn Sol - Custom 3d Table.pdf)
- Place of Performance
- Address: 10903 New Hampshire Ave, Silver Spring, Maryland, 20903, United States
- Zip Code: 20903
- Zip Code: 20903
- Record
- SN01594270-W 20080618/080616220016-8db4ca25dad963fb9024cb876e4071a6 (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 |