Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

61 -- AUTOMATED 3-STAGE ASSEMBLY

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Adelphi, ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX09T0254
 
Response Due
9/11/2009
 
Archive Date
11/10/2009
 
Point of Contact
Catherine K. McKenna, 410-278-6517
 
E-Mail Address
RDECOM Acquisition Center - Adelphi
(cayti.mckenna@arl.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-09-T-0254. This acquisition is issued as an RFP. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-36. (iv) This acquisition is set-aside for small business. The associated NAICS code is 335312. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001 Automated 3-stage in accordance with the specifications below. Quantity of One. Unit of Issue Each. (vi) Description of requirements: SPECIFICATIONS: The Contractor shall provide a system to calibrate optical sensors and accelerometers that are imbedded in various test bodies. The Contractor shall ensure the system employs a 3-stage assembly to manipulate the horizontal position and the orientation (roll and yaw) of these transducers with respect to either a horizontally-projected collimated solar-equivalent light source or the earths gravitational field. The 3-stage assembly shall include (a) a motorized rotation stage in a vertical configuration (roll) to which a test body is attached, (b) a motorized rotation stage in a horizontal configuration (yaw) attached to an optical table, (c) a manual linear stage mounted between the roll stage and the yaw stage to manipulate the horizontal position of the roll stage and the test body with respect to the center of the yaw stage, and (d) appropriate brackets, couplings, and mounting fixtures. The Contractor shall ensure that the orientation of the transducers (optical sensors and accelerometers) embedded in a test body are manipulated by driving the roll and or yaw rotation stages. The Contractor shall attach one end of the test body (the base) to a table on the front face of the roll rotation stage, using fixtures which the Government will provide as Government Furnished Property (GFP). Thus, the test body shall extend horizontally from the front face of the roll stage and the front face of the roll stage is the upper surface in a horizontal configuration. The Contractor shall ensure that the system meets all of the following salient characteristics: A. ROLL STAGE: The Contractor shall ensure that the roll stage controls the roll orientation of (a) optical sensors with respect to the collimated light source, and (b) accelerometers with respect to the earths gravitational field. The Government will set the height of the light housing so that the height of the center of the roll stage is at the vertical center of the collimated light path. The Contractor shall ensure that the roll stage includes a second table on the rear face with provisions for mounting a wireless data acquisition system and transmitter, battery pack(s), and counter weight(s). The Contractor shall ensure that the rear table is attached to, and moves with, the front table. The Contractor shall ensure that the roll stage includes an aperture for wires to carry power and signals between sensors on the test body and the power and data acquisition components on the rear table. The Contractor shall mount the roll stage on the top of the linear stage using a bracket that provides clearance between the largest diameter test body and the linear stage. The Contractor shall ensure that the Roll Rotation Stage also meets the following Salient Characteristics: Motor Type: Direct drive; no gears in the drive mechanism. Travel: 360 degree continuous (with removable limits and hardstop) Resolution: better than 0.001 degrees Accuracy: better than 0.01 degrees Repeatability: better than 0.001 degrees Rate: 0 to e60 rpm Mounting Faceplate fixtures must bolt to 8 in. diameter plate with bolt pattern. Encoder: Continuous travel Other: Must be upgradable to low noise slip rings (approx 24 lines) B. YAW STAGE: The Contractor shall ensure that the yaw rotation stage controls the yaw orientation of the optical sensors with respect to the light source. The Contractor shall position the center of the yaw stage beneath the horizontal center of the collimated light path. The Contractor shall mount the bottom of the yaw stage on a plate that is fastened to the top of the Government owned optical table. The Contractor shall ensure that the Yaw Rotation Stage also meets the following salient characteristics: Motor Type: Direct drive; no gears in the drive mechanism. Travel: 90 degrees (with removable limits and hardstop) Resolution: 0.001 degrees Accuracy: 0.01 degrees Repeatability: 0.001 degrees Rate: 0 to e6 rpm Encoder: Continuous travel C. LINEAR STAGE: The Contractor shall ensure that the linear stage (a) positions the optical sensors on the test body approximately above the center of the yaw rotation stage to minimize changes in distance between the light source and the sensors during roll and yaw manipulations, and (b) keeps the center of gravity of the test body and roll stage assembly as close as possible to the center of the yaw stage. The Contractor shall orient the linear stage to allow manipulation of the horizontal position of the roll stage and the test body. The Contractor shall adjust the position of the roll stage on the linear stage according to the distance between the optical sensors and the front face of the roll stage. The Contractor shall mount the bottom of the linear stage to the table on the top of the yaw rotation stage. The Contractor shall ensure that the Linear Translation Stage also meets the following salient characteristics: Motor Type: Manual Travel: 0 - 20 inches. Resolution: 0.25 inch/rev or smaller on hand crank The Contractor shall ensure that the assembly is able to support the following Test Body: Maximum diameter: 6 inches Maximum weight: 30 lbs Minimum distance from the center of the imbedded sensors to the front face of the roll rotation stage: 3 inches including the mounting fixture. Maximum distance from the center of the imbedded sensors to the front face of the roll rotation stage: 20 inches including the mounting fixture. Worst case load on the roll stage: A10 lb mounting fixture with cog 2 inches from the table surface plus a 30 lb test body with cog 15 inches from the table surface. The Contractor shall ensure that the system is capable of leveling the roll axis to +/- 1.0 degree from the optical table. CONTROLLER: The Contractor shall provide a PC-based controller that is programmable by LabView as well as a complete set of LabView Vis and any software that is necessary in order to render the system fully operational. The Contractor shall ensure that the motion controller is capable of linear and circular interpolation, kinematics, fast position capture, inertia damping, and end point modification. The Contractor shall ensure that controller provides position synchronized output for triggering of data collection, is capable of at least 2 axis of coordinated motion, is expandable to a higher axis count in the future, and is rack mountable. The Contractor shall ensure the user has access to the real-time encoder positions. AMPLIFIER: The Contractor shall provide Digital Linear Amplifiers with no switching noise and zero dead band. The Contractor shall ensure the amplifiers have 20 kilohertz (kHz) position, velocity, and current loop sampling. SYSTEM CERTIFICATION: The Contractor shall test and calibrate the system to the required specifications prior to delivery and shall provide a certificate of compliance. The Contractor shall test and integrate the system at the Contractors facility. The Contractor shall ensure that the set up includes controller parameter creation and system performance evaluation. The Contractor shall conduct system performance evaluation to include stage speed, accuracy, and repeatability evaluation as well as system calibrations required for accuracy. MATERIAL: The Contractor shall use aluminum housings, aluminum tabletop, and steel bearings. MANUFACTURER QUALITY CERTIFICATIONS: Manufacturer shall be ISO 90001:2000 registered. POWER REQUIREMENTS: 15 Amp, 110 Volt (V), 50/60 Hertz (Hz) power. SIZE: The Contractor shall ensure the approximate footprint is 3 feet by 4 feet. The Contractor shall ensure that the assembly is able to bolt to the Government owned optical table. (oOptical table: 48 inches wide, 96 inches long, -20 threaded holes on 1 inch centers) SAFETY: The Contractor shall build a readily accessible emergency shut off switch into the system to stop all movement of the table. DOCUMENTATION: The Contractor shall provide a manual containing the proper usage, diagrams, schematics, and electrical wiring. INSTALLATION: The Contractor shall assemble and install the system at the Governments facility at Aberdeen Proving Ground (APG), MD. TRAINING: The Contractor shall provide 2 days of training for 5 Government employees at the Governments facility at APG on basic operations and maintenance of the system. SOFTWARE MAINTENANCE: The Contractor shall provide one year of software maintenance to include new features, patches, and problem troubleshooting. HARDWARE WARRANTY: The Contractor shall warrant all hardware and mechanical products are free from defects for a period of one year from date of complete installation and set up. (vii) Delivery is required by ASAP. Delivery shall be made to BLDG 434 Aberdeen Proving Ground APG, MD 21005-5001. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: none. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The technical response must include full system published specifications and/or product brochures for the main components of the system; the automated 3 stage assembly. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The Offeror shall provide evidence that demonstrates the Offeror's proven experience in design, manufacturing, installation and testing all of the components for this project including; motors, mounting fixtures, tables, controllers, encoders, software. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty terms and maintenance reputation included as applicable). Offerors shall include __6______ records of sales (of the exact item or items very similarly produced) from the previous ___12___ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. If a demonstration is available, a no-cost site visit may be considered to view the system. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. N/A (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-8, Utilization of Small Business Concerns (May 2004), 52.219-14, Limitations on Subcontracting (Dec 1996), 52.222-3, Convict Labor (June 2003), 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003), 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005), 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023, Transportation of Supplies by Sea (MAY 2002). (xiii) The following additional contract requirement(s) or terms and conditions apply: N/A. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 9/11/2009, by 11:59 PM, via email to cayti.mckenna@arl.army.mil. (xvii) For information regarding this solicitation, please contact Mc. Cayti McKenna, Contract Specialist, at 410-278-6517 or cayti.mckenna@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD17/W911QX09T0254/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Adelphi ATTN: CCRD-AD-AB BLDG 434 ABERDEEN PROVING GROUND APG MD
Zip Code: 21005-5001
 
Record
SN01940798-W 20090905/090904002631-cd6e94786171e59ebd99bccd12d36b49 (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.