Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087

National Institute of Standards & Technology, Acquisition & Assistance Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899

66 -- PLASMA SPRAY GUN POSITIONING SYSTEM WITH MOTORS AND CONTROLLER SOL 53SBNB860060 DUE 051898 POC Contracting Officer, Joan M. Smith -- (301) 975-6458; Contract Specialist, Tamara Grinspon -- (301) 975-4390 WEB: NIST Contrtacts Homepage, http://www.nist.gov/admin/od.contract/contract.htm. E-MAIL: NIST Contract Office, Contract@nist.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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation, #53SBNB860060, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. This acquisition is set aside for small businesses. The associated Standards Industrial Classification Code (SIC) for this procurement is 3545, and the small business size is 500 Employees. The National Institute of Standards and Technology (NIST) has a requirement for: CLIN Item #0001: a quantity of one (1) Velmex Unislide, or equal, Three-Axis Plasma Spray Gun Positioning System with Motors and Controller, which will be used for scanning plasma spray coatings. The system shall have 3 axes, as follows: X (left to right; right to left), at a minimum velocity of 30 inches per second with 15 pound load; Z (vertical up; vertical down) at a minimum velocity of 30 inches per second with 15 pound load; and Y (in and out; out and in from substrate) at a minimum of 1 inch per second. The 3-axis system shall have 36 inches of travel on X and Z, and 8 inches on Y. The system shall include Mini Tec slides, and motors, 3-axis controller and all necessary software for external control from a PC computer; CLIN Item #0002: a quantity of one (1) Velmex UniSlide, or equal, Two-Axis Substrate Positioning System with Controllers and Motors, to be used for scanning substrates in plasma spray coatings. The system shall have 2 axes, as follows: X (left to right; right to left) at 20 inches per second, and Z (vertical up; vertical down) at 8 inches per second. The X axis shall have 24 inches of travel and the Z axis shall have 17 inches of travel, with 3 pounds payload. The system shall include all motors, controllers and software required for external control by a PC computer. The positioning and scanning systems described in CLIN Item #'s 0001 and 0002 above shall be programmable by a non-programmer in a reasonable length of time (one working day), shall have the capability of being controlled by a standard 200 mhz computer or faster, shall be robust enough to handle the demands for scanning a plasma spray gun or substrates in plasma spray coatings in a heavy-use research environment. CLIN Item #0003 a quantity of one (1) Velmex MB601 8W4J-56, or equal, UniSlide Assembly, with 6 inch Slider; CLIN Item #0004 a quantity of one (1) Velmex 4-927, or equal, Stepper Motor Slosym M091-FD09; CLIN Item #0005 a quantity of one (1) Velmex 3-761, or equal, AG000XY Adapter Plate; CLIN Item #0006 a quantity of one (1) Velmex NF90, or equal, Programmable Controller for 4 Motors, one at a time. CLIN Item #'s 0003, 0004, 0005 and 0006 will be used with existing Velmex UniSlide components and shall therefore mate, match and be completely compatible with a Velmex Model B4836TS, 2-axis positioner with rotary table. Delivery is desired within 6 weeks after receipt of order (ARO) and required within 8 weeks ARO. Delivery location is the National Institute of Standards and Technology, Building 301, Receiving Room, Gaithersburg, Maryland 20899-0001. The FOB Point shall be Destination, Gaithersburg, Maryland. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items. Evaluation Criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Technical capability to meet or exceed the Government=s specifications, Past Performance and Price. Technical evaluation criteria, when combined, are equally important to price. The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose quotation, conforming to this synopsis/solicitation, will offer the best value to the Government, price and other factors considered. Offerors shall address all requirements in this combined synopsis/solicitation, and shall provide clear evidence of understanding the Government's requirement and the ability and willingness to comply with the Government's specifications of need. Failure to address a specification/ requirement will be construed by the Government as inability to meet the need or the offeror's taking exception to it. All vendors are to include with their quotes, a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.nist.gov/admin/od/contract/repcert.htm. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, including subparagraphs (6) 52.222-26, Equal Opportunity; (7) 52.222-35, Affirmative Action for Special DisabledVietnam Era Veterans; (8) 52.222-36, Affirmative Action for Handicapped Workers; (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; (10) 52.225-3, Buy American Act-Supplies; (13) 52.225-18, European Union Sanction for End Products; (15) 52.225-21, Buy American Act, North American Free Trade Agreement Implementation Act-Balance of Payments Program; and Department of Commerce Agency-Level Protest Procedures Level Above the Contracting Officer, which can be downloaded from the NIST Web Page located at http://www.nist.gov/admin/od/contract/protest.htm. All interested, responsible, small businesses should submit quotes, by 3:00 PM, Washington, DC time, on May 18, 1998, to the National Institute of Standards and Technology, Acquisition and Assistance Division, ATTN: Tamara Grinspon, Building 301, Room B117, Gaithersburg, Maryland 20899-0001. Faxed quotes will NOT be accepted. Copies of above-referenced clauses are available upon request, either by telephone or fax. See Numbered Note 1. (0120)

Loren Data Corp. http://www.ld.com (SYN# 0353 19980504\66-0013.SOL)


66 - Instruments and Laboratory Equipment Index Page