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