|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806DOC; Mountain Administrative Support Center; Acquisition Management
Division; 325 Broadway MC3; Boulder, CO 66 -- HEAD/DISK TESTING SYSTEM -- (SPIN STAND) SOL 52RANB70C013 POC
Procurement Technicians, (303) 497-3221 or Fax (303) 497-3163 E-MAIL:
NOAA; MASC Acquisition Management, Joyce.J.Mills@noaa.gov. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are hereby requested and
a written solicitation will not be issued. The solicitation number is
52RANB70C013 and is issued as a Request for Proposal (RFP). The
National Institute of Standards and Technology (NIST) requires a
head/disk testing system (spin-stand) (Item 0001 -- 1 each) for
advanced magnetic recording studies. The system will be used for
inductive and magneto-resistive read/write head analysis, media
analysis, measurement analysis and development, various signal
detection schemes, and other measurements. The head/disk testing system
required by this solicitation shall have and/or meet the following
minimum requirements. (a) Electromechanical head/disk positioning
device which includes: (1) Track positioning accuracy and repeatability
less than 0.025 micrometers. (2) Variable head skew angle positioning
from -10 degrees to +25 degrees to within 1 minute of arc while staying
on track. (3) An air bearing spindle with programmable speed of 200 RPM
to 10,000 RPM. (4) A head loading mechanism capable of head or head
stack testing. (5) Dynamic and static head loading. (6) An
interchangeable spindle chuck which can be adapted for 1.8 in. dia. to
5.25 in. dia. disks. (7) Head/disk alignment tooling. (b) Electronics
to control the head/disk positioning device and take data which
includes: (1) A spectrum analyzer able to measure non-linear transition
shift, signal to noise ratio, partial erasure, overwrite, and
harmonics. (2) A digital oscilloscope. (3) Capability of
magneto-resistive or inductive head analysis. (4) A preamplifier for
current commercial and research head configurations. (5) Capability of
peak detection modes and PR4, EPR4, E2PR4 detection modes. (6) A PRML
Channel capable of 320 Mbits/s data rate. (7) Programmable,
parametric, performance and overwrite filters. (8) Differentiator
modules programmable from 5 to 160 megaflux reversals per second. (9)
Programmable Equalization. (c) Software to control the instrument which
includes: (1) A graphical interface for operators unfamiliar with
programming languages. (2) A programmable pattern generator with random
pattern generation. (3) A high speed pattern generator (greater than
320 Mbits/s). (4) A high speed ADC (greater than 2GB/s). (5) The
ability to configure system and test setup parameters. (6) PRML channel
support -- error rate, non-linear transition shift, etc. (7)
Programmable write data precompensation. (d) Data analysis software
which includes: (1) "747" curve analysis. (2) Error rate analysis. (3)
MR head analysis. (4) Inductive head analysis. (5) ASCII and graphical
formats which are exportable to commercial software. This solicitation
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 90-44. This acquisition is unrestricted.
Standard Industrial Classification code is 3825. Small business size
standard is 500 employees. Delivery shall be 90 calendar days after
Contractor's receipt of a notice of award. Delivery shall be F.O.B.
Destination to NIST, 325 Broadway, Boulder, Colorado 80303-3328. Forms
and clauses stipulated herein may be downloaded via the Internet's
World Wide Web at the following address:
http://www.masc.noaa.gov/masc/masc_ prc.html#contract. Interested
parties are responsible for accessing and downloading documents from
that (or any other) site. Firms who have NO access to the Internet may
call (303) 497-3221 and ask for copies to be either mailed or faxed to
them. The following provisions and clauses apply to this solicitation:
FAR 52.212-1, (provision) "Instructions to Offerors -- Commercial
Items"; FAR 52-212-2, (provision) "Evaluation -- Commercial Items"; FAR
52-213-3, (provision) "Offeror Representation and Certifications --
Commercial Items" (NOTE: Offerors shall include with their offers a
completed copy of the provision at FAR 52-213-3.); FAR 52.212-4,
(clause) "Contract Terms and Conditions -- Commercial Items"; FAR
52.212-5, (clause) "Contract Terms and Conditions Required to Implement
Statutes or Executive Orders, Commercial Items" including the following
additional FAR clauses in paragraph (b): 52.203-6, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225- 9,
52.225-19 and 52.225-21. The evaluation criteria to be included in
paragraph (a) of 52.212-2, Evaluation -- Commercial Items are: (a)
Meets or exceeds the hardware specifications -- 25 points; (b) Meets or
exceeds the software specifications -- 25 points; (c) Past performance
(provide references) -- 20 points; (d) industry confidence as
evidenced by positive recommendations and appearance of data in
refereed publications (provide references) -- 20 points; (e) Ability to
deliver system within required delivery schedule -- 10 points. (100
points total). Technical and past performance, when combined are
substantially more important than price. Award of the contract will be
made, within the limit of available funding, to that offeror whose
proposal contains the combination of those factors offering the best
overall value to the Government. This will be determined by comparing
the differences in the values of technical and management features with
differences in cost to the Government. In making this comparison the
Government is more concerned with obtaining superior technical or
management features than with making an award at the lowest overall
cost to the Government. However, the Government will not make an award
at a significantly higher overall cost to the Government to achieve
slightly superior technical or management features. Offers are due at
3:00 p.m. on April 3, 1997 and shall be mailed to BID DEPOSITORY, DOC,
MASC, MC3, Procurement Division, Room 5532, 325 Broadway, Boulder, CO
80303-3328. (0077) Loren Data Corp. http://www.ld.com (SYN# 0277 19970320\66-0007.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|