Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806

DOC; 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