Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2008 FBO #2435
SOLICITATION NOTICE

66 -- Data acquisition system for a phase-measuring interferometer

Notice Date
7/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens 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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-08-RQ-0454
 
Archive Date
9/12/2008
 
Point of Contact
Jennifer Lohmeier, Phone: 301-975-8173, Todd D Hill,, Phone: 301-975-8802
 
E-Mail Address
jennifer.lohmeier@nist.gov, todd.hill@nist.gov
 
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. 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) 2005-26. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees. This acquisition is 100% 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 under the NAICS code identified above. ***The National Institute of Standards and Technology (NIST) has a requirement for a Data acquisition system for an existing phase-measuring interferometer to be used in the Manufacturing Metrology Division at NIST, Gaithersburg, MD. *** Background The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Manufacturing Engineering Laboratory (MEL), Manufacturing Metrology Division (MMD) provides research and measurement services that address U.S. industry needs for traceable metrology of optical figure and wavefront. The MMD division requires a data acquisition system consisting of software and hardware for the NIST custom built eXtremely accurate CALIBration Interferometer (XCALIBIR), a multi-configuration phase-shifting interferometer with an aperture of 300 mm for demanding measurements of form and radius of curvature. The existing interferometer is located in a class 1000 cleanroom at the NIST facility in Gaithersburg MD. The data acquisition system will be located in a control room next to the cleanroom. Laser source and driver electronics for phase shifting are located in the control room. The interferometer can be configured as a Twyman-Green or a Fizeau interferometer. The switch between the two modes is accomplished through a manual shutter which blocks the Twyman-Green reference arm. Source and imaging leg are the same for each mode. Each mode has a dedicated piezo-mechanical phase shifter. The data acquisition system shall allow for phase shifting measurements in either mode and shall also allow for measurements using wavelength shifting. The data acquisition system shall have interfaces for the two piezo-mechanical phase shifters of XCALIBIR (one for the Twyman-Green and one for the Fizeau mode) and an additional interface for wavelength shifting. The software of the data acquisition system shall allow selection of the appropriate interface. The imaging arm of the interferometer has a customized Dalsa 1M15 camera (1024 x 1024 pixels, 12 bits, 15 frames/s). The camera has a digital RS-422 interface. Some camera functions are controlled through an additional RS-232 interface (binning, frame rate, video gain). The phase shifters in the Twyman-Green and Fizeau arm are equipped with amplifier/driver electronics. The data acquisition system has to provide appropriate analog 0 V to 10 V signals to accomplish a phase shift (one for each configuration). The laser of the interferometer is a New Focus TLB-7004 StableWave external cavity diode laser. The laser vacuum wavelength is centered at 632.9914 nm. The wavelength can be controlled through an analog voltage or through an RS-232 or GPIB interface. The maximum cavity length of the XCALIBIR interferometer equals 3 m. The software of the data acquisition system shall be based on commercially available phase shifting interferometry data acquisition and analysis software, and shall allow for data acquisition, data analysis, and data import/export. The software shall have a scripting language to program a measurement sequence. The scripting language and software shall have the capability to respond to an external trigger from a control computer via a serial interface or network. A SITE VISIT shall take place on Monday, August 18, 2008 promptly at 1:00PM Eastern Standard Time (EST). Attendees shall convene at NIST, in the Sound Conference Room, Building 233 at 100 Bureau Drive, Gaithersburg, Maryland. The site visit shall allow Offerors to view the XCALIBIR facility. Potential Offerors are strongly encouraged to attend site visit. In no event shall failure to inspect the XCALIBIR facility constitute grounds for a claim after contract award. If required, an amendment including questions and answers shall be posted at www.fedbizopps.gov. All questions must be submitted in writing to Paula Wilkison at paula.wilkison@nist.gov no later than Wednesday, August 20, 2008 at 3:30PM EST. Offerors are advised that the terms and conditions of the RFQ remain the same unless changed by amendment. SECURITY REQUIREMENTS: Because of heightened security, Offerors who are planning to attend the site visit shall e-mail their intention to attend to Jennifer Lohmeier, at Jennifer.lohmeier@nist.gov, not later than Thursday, August 14, 2008 at 3:00PM EST, with the following information: 1) Company name 2) Names of all individuals attending the site visit 3) Country of Citizenship of all individuals attending the site visit* *For non-US Citizens, the following additional information will be required: 1) Title 2) Employer/Sponsor 3) Address Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each Offeror to register for the site visit. Offerors must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive) Please ensure all individuals bring photo identification or they will be denied access to the facility. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001: Quantity One (1) Lot, Data acquisition system for a phase-measuring interferometer Quotations shall meet or exceed the following minimum required technical specifications: 1)Data acquisition hardware -The data acquisition system shall be factory-new and not refurbished. -The data acquisition system shall be compatible with a Dell PC with the Microsoft Windows XP-SP3 operating system. The PC will be purchased by NIST, and will meet or exceed the specifications provided by the successful Offeror. Specifications shall be provided to NIST immediately upon award. -The data acquisition system shall have a framegrabber and any additional electronics required to capture images from the XCALIBIR Dalsa 1M15 camera and to control camera settings (binning, frame rate, video gain). -The data acquisition system shall have separate interfaces required for control of the Fizeau phase shifter (0 V to 10 V analog signal) and the Twyman-Green phase shifter (0 V to 10 V analog signal). -The data acquisition system shall have the interface required for wavelength shifting of a New Focus TLB-7004 StableWave external cavity diode laser through an RS-232 or GPIB interface or an analog voltage with a resolution appropriate to handle cavity lengths up to 3 m. -The data acquisition system shall have the cables required to connect it to the camera, phase shifters, and laser. Minimum cable lengths are 3 m for the phase shifters, camera, and laser. 2)Data acquisition software The data acquisition software shall have the following minimum function set: -Live display of camera output (fringe display). -User control of the camera settings for gain, frame rate, and binning. -Data acquisition based on piezo-mechanical phase shifting and wavelength shifting with automatic calibration of the shifters. The software shall allow storage and retrieval of shifting calibration parameters for the three shifting modes (phase shifting in Twyman-Green mode, phase shifting in Fizeau mode, and wavelength shifting). -Ability to switch in the software between data acquisition using phase shifting in Twyman Green mode, phase shifting in Fizeau mode, and wavelength shifting. The software of the data acquisition system shall make the switch to the interface for phase shifting in Twyman-Green mode, phase shifting in Fizeau mode or wavelength shifting. -User selectable phase measuring and unwrapping algorithms. -Data masking and mask editor with user definable circular, elliptic, rectangular, and polygon masks. -Ability to apply fiducials and storage of fiducial coordinates in the file with measurement data. -Ability to set in the software by the user the actual laser wavelength that will be used for data analysis. -Pupil distortion correction and morphing using at least 3rd order polynomials. -Reference generation, data subtraction, and data averaging. -2D and 3D surface maps and cross sections. -Zernike, Seidel, Slope and Fourier analyses. -Scripting language for flexible automated data acquisition and storage with the capability to trigger measurements from a remote computer (through network or serial interface). It shall also be possible to set measurement parameters (at a minimum filenames and number of averages) from the remote computer. -Import and Export of acquired phase maps using data files with an open (public domain) format that combines measurement data with metadata on measurement parameters and instrument settings (e.g., FITS, HDF) 3)Installation and training -The successful Offeror shall be responsible for the installation of the data acquisition system at the NIST campus in Gaithersburg MD and its integration with the XCALIBIR interferometer. -The successful Offeror shall test the integrated system and demonstrate its ability to measure the form errors of a calibrated NIST flat in three measurement modes: piezo-mechanical phase shifting in Twyman Green mode, piezo-mechanical phase shifting in Fizeau mode and wavelength shifting. -The successful Offeror shall provide a minimum of 4 hours of training. -The system shall be installed and tested within 26 weeks after the award. *** The Contractor shall state the warranty period and coverage provided. *** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Previous Experience, and 4) Price. Technical Capability, Past Performance, and Previous Experience, when combined, are more important than price. Technical capability is more important than past performance and previous experience. ****Under the Technical Capability factor, stronger consideration will be given to the Contractor(s) whose quote offers the following: The available selection of phase measuring and unwrapping algorithms, in particular the presence of advanced phase measuring and unwrapping algorithms that reduce the sensitivity of measurement results to vibrations. The vendor shall describe the available phase measuring and unwrapping algorithms in the response to this solicitation. The capabilities of the scripting language, in particular the extent to which the scripting language allows measurement parameters and measurement sequence to be defined by a remote computer through a serial or network interface. The vendor shall describe the capabilities of the scripting language in the response to this solicitation. Strongest consideration will be given to the Contractor(s) whose quote offers the following: A willingness to commit to providing software maintenance and upgrades, including the modifications necessary to integrate the software into the XCALIBIR System described herein, for a period of at least 5 years. The vendor shall state the terms for software maintenance and upgrades in the response to this solicitation. ****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. ****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 shall be evaluated to determine the extent of the Contractor's experience of at least five (5) years in and knowledge in providing similar instrumentation. System shall have previously demonstrated long term ruggedness, durability and consistency. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. To allow assessment, each quote must include appropriate documentation. ***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. *** 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: 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 w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act – Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 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 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. 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) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an Offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the Offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. ***All quotes shall be received not later than 3:30:00 PM local time, on August 28, 2008 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Jennifer Lohmeier. 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. Emailed quotes will be accepted. ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57d366674d2be0eab7244fba56c6bd40&tab=core&_cview=1)
 
Place of Performance
Address: 100 Bureau Drive, Shipping & Receiving, Building 301, Gaithersburg, Maryland, 20899-0001, United States
Zip Code: 20899-0001
 
Record
SN01623561-W 20080727/080725223939-57d366674d2be0eab7244fba56c6bd40 (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.