SOLICITATION NOTICE
66 -- High Accuracy Probe for Coordinate Measuring Machine (CMM)
- Notice Date
- 5/14/2009
- 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
- SB1341-09-RQ-0202
- Archive Date
- 6/12/2009
- Point of Contact
- Joni L Laster,, Phone: 301-975-8397, Carol A. Wood,, Phone: 301-975-8172
- E-Mail Address
-
joni.laster@nist.gov, carol.wood@nist.gov
- Small Business Set-Aside
- N/A
- 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. THE 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 (FAC) 2005-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 employees, however, this requirement is unrestricted and all interested quoters may submit a quotation. The National Institute of Standards and Technology Engineering Metrology Group has a requirement for a very high accuracy probe system for its M48 high accuracy coordinate measuring machines. These machines have repeatability below 10 nm and are in a laboratory environment that holds the temperature variation below 0.01 °C. There is also a need to measure small features, and a probe contact diameter below 0.150 mm is required with low force and high stiffness. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that will be considered satisfactory to meet the agency’s requirement. All responsible quoters shall provide a quotation for the following line items: LINE ITEM 0001: Quantity one (1) each Gannen XP Probing System, manufactured by Xpress Precision Engineering B.V. of The Netherlands or equivalent. The system must consist of all of the following components, or equivalent. The system must meet all of the salient characteristics identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. (A) 3D Gannen Probe -Silicon chip with integrated piezo resistive elements; -One point probing and scanning must be possible with ultra low uncertainty; -Lightweight colliding mass of 34 mg; -Stiffness 150 N/m; -Probing forces below 50 micro newtons; -Resolution 1 nm; -Repeatability 1D 2,5 nm; - Uncertainty* (3D, k=2) 50 nm; - Measurement range 10 µm; -Maximum measurement range 30 µm. (B) Gannen Control Unit 2 (with Boolean trigger signal), Model Number GCU-26 including 2 Gannen series cables with modifications to interface with a MOVOMATIC Model M48 Control System; (C) Gannen 3 XP Chip Replacement - Chip with styli suitable for Gannen-XP probe systems; -0,12mm; 0,3mm or 0,5mm ruby sphere are required. (D) Gannen XP Replacement Set -Re-usable set required for transport, storage and handling of chip replacements; -Must consist of three (3) probe caps, three (3) protection caps and one (1) storage flight case; Line Item 0002: Installation: The Contractor shall provide installation for the system. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the equipment, demonstration of all required specifications, and removal of trash. Installation shall be done at NIST, Gaithersburg, MD. Line Item 0003: Training: The contractor shall schedule and facilitate one (1) training session for NIST personnel on-site at NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The Contractor shall provide, at a minimum, a one year warranty for the system. The Contractor shall state the warranty terms. Delivery shall be completed not later than September 1, 2009. Installation and Training shall be completed not later than 30 days after delivery. 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 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the lowest priced, technically acceptable quoter. Technical acceptability shall be based on the information provided in the quotation. The quotation submitted shall be evaluated to determine that the equipment meets or exceeds all salient characteristics identified. 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: 52.211-6 Brand Name or Equal; 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 With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3,Buy American Act—Free Trade Agreements—Israeli Trade Act with Alternate II 52.225-13 Restriction 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all line items; 2) Include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, which clearly documents that the offered product(s) meet or exceed the specifications stated above and meet the needs of the Government in essentially the same manner as the brand name; 3) Description of commercial warranty. 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 3:00 PM local time, on May 28, 2009 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: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. 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 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. 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. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0202/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01817463-W 20090516/090514220523-3958a777b3a660f93ad0315ae85fbcb7 (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 |