Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2015 FBO #4990
SOLICITATION NOTICE

66 -- Indentical Gimbals

Notice Date
7/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB686010-15-02973
 
Archive Date
8/11/2015
 
Point of Contact
Angela L. Hitt, Phone: 3034977305
 
E-Mail Address
angela.hitt@nist.gov
(angela.hitt@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested; but a written solicitation will not be issued. This solicitation, NB686010-15-02973 issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. This solicitation is a Small Business Set-Aside This combined synopsis/solicitation is for the following commercial item(s): 0001: Identical Gimbals: QTY 2 Description of requirements for the items to be acquired: National Institution of Standards and Technology (NIST)'s fiber sources and applications project has several ongoing projects that require a coherent optical link over free space. The free-space terminals must be mounted on gimbals so that they can be pointed in the appropriate direction to maintain the free-space link. These gimbals will be used both within the NIST laboratories and, in the future, in field experiments. The gimbals will provide controlled pointing in two directions (pan and tilt) to support free-space optical link between two sites. In the initial configuration, the gimbals will be located in the laboratory. Two NIST built free-space terminals will be mounted on the gimbals, which will be controlled such that an optical link is maintained between the free space terminals via a mirror located 2-6 km distant. In future experiments, one or both gimbals will be operated from a van in a field location. The Contractor shall provide two 2 identical gimbals. The requirement for each gimbal must meet or exceed the following minimum technical specifications: TECHNICAL SPECIFICATIONS: • Pan and tilt operation with o 0.5 arc second resolution o +-75 arc-sec accuracy o +-10 arc second repeatability o slew rate of 80 degrees per second and angular acceleration of 600 degrees per second squared in both azimuth and elevation (at 50% duty cycle). • Direct drive control • up to 10 kg load capacity • Zero backlash • 180 degree total azimuth travel, -10 to +90 degrees elevation travel • <28kg total weight • Gimbal sealed for outdoor use including immunity to dust, dirt and water • Digital controller with Ethernet or usb interface and including basic software drivers for control of the gimbals from Simulink realtime software • Necessary adapter plates to mount 30 by 30 cm optical breadboard to gimbal • Quadrature encoder for the gimbal position • All necessary cables for gimbal operation The requested delivery is 13 weeks ARO. Delivery is NIST, 325 Broadway, Boulder, CO 80305. Delivery point of contact will be provided upon award. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors shall meet the technical requirements and deliverable schedule. Quote shall not include cost of shipping. It will be charged to NIST's UPS or FED EX account. In addition to meeting all of the requirements of FAR 52.212-1, the quote must include the following information: 1) FOB Destination; 2) The technical specifications for the two identical gimbals; 3) The anticipated delivery schedule (ARO); and 4) The fixed-price for the two identical gimbals. Payment Terms: Net 30. FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a fixed price contract based on the following factors: Technical capability, deliverable schedule, and price. Technical capability will be evaluated by how well the proposed products meet or exceed the Government's requirement including delivery schedule as stated throughout this solicitation. Technical capability is approximately more important than price. The Government reserves the right to make an award to other than the lowest-priced offeror if the superior technical submission or the submission indicating a reduced performance risk, warrants paying a premium. A FIRM FIXED PRICE PURCHASE ORDER WILL BE ISSUED TO THE RESPONSIBLE QUOTER WHOSE TECHNICALLY ACCEPTABLE QUOTATION IS DEEMED TO REPRESENT THE BEST VALUE TO THE GOVERNMENT. The quoter must have completed the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. Reps and certs must be uploaded to the System for Award Management at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies to this acquisition. Commercial Items including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 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 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-1, Buy American Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination 1352.201-70, Contracting Officer's Authority 1352.209-74, Organizational Conflict of Interest 1352.246-70, Place of Acceptance (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: NIST, 325 Broadway, Boulder, CO 80305 The following provisions and clauses are also applicable to this acquisition: NIST LOCAL-04, NIST LOCAL-39, CAR 1352.209-73, CAR 1352.213-70, CAR 1352.215-70, CAR 1352.233-70, CAR 1352.233-71. 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html and http://www.osec.doc.gov/oam/acquistion_management/policy/default.htm The Contractor shall submit a Quote, to be received no later than 5 p.m. Mountain Time, Monday, July 27, 2015, and must include the following: Company name, address phone numbers, DUNS number, itemized quote including all minimum specifications. Quotes shall be delivered via email to angela.hitt@nist.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB686010-15-02973/listing.html)
 
Place of Performance
Address: U.S. Department of Commerce, National Institute of Standards and Technology (NIST), Acquisitions Management Division, 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN03803878-W 20150723/150721234616-2ae3a95522e3928486d83f7cbbe3e4d2 (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.