|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 61 -- STEP MOTOR INDEXERS SOL 53SBNB860123 DUE 080598 POC Joan M.
Smith, (301) 975-6458 WEB: NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. 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; proposals are being requested and a written
solicitation will not be issued. The solicitation number,
#53SBNB860123, is a Request for Quote (RFQ). The solicitation document
and incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-04. The associated Standards Industrial
Classification Code (SIC) for this procurement is 5084, and the small
business size standards for employees is 500. This procurement is not
set aside for small business. The National Institute of Standards and
Technology (NIST) has a requirement for Step Motor Indexers, identified
as Contract Line Item Number (CLIN) 0001, quantity -- 250 axes each.
CLIN 0002 -- Option for 25 axes to be exercised within 6 months ARO.
CLIN 0003 -- Option for 25 axes to be exercised within 12 months ARO.
CLIN 0004 -- Option for 25 axes to be exercised within 18 months ARO.
CLIN 0005 -- Option for 25 axes to be exercised within 24 months ARO.
Provide a price per unit. Background -- The NIST Center for Neutron
Research (NCNR) is a national facility dedicated to the use of neutrons
for materials research and basic science. With 18 operational neutron
spectrometers under construction, this facility provides the nation
with its most versatile capability for neutron based research. The NCNR
has identified the need to modernize the computer-based stepper motor
systems which control the position of the many movable components on
each spectrometer. NIST has determined that the next-generation motor
control system for each spectrometer will be based on a VME bus
architecture where the motion control processors will receive the
position feedback and direct the control of the step motor driver
amplifiers under the control of the VME host computer. Towards this
design goal NIST intends to purchase from a manufacturer's standard
inventory, a number of multi-axis motor control indexer boards in a
single width, 6U size VME form factor. These units are required to
support a variety of standard motion control functions, process
feedback from incremental position encoders, limit switches, home
switches, and digital or analog I/O channels and provide a standard
TTL-compatible STEP /DIRECTION control interface to step motor drivers.
Specifications -- The step motor indexers shall meet the following
specifications: (1) multi-axis (4 axes or more per card) VME motor
indexer board, 6U size. This product shall be part of the
manufacturer's standard inventory; (2) support dual port VME
addressing; (3) support VME bus interrupts for specific operating
conditions, especially on "in-position", "limit", "done"; (4) status
and position registers available for fast update over VME bus
(preferrred); (5) 500kHz step output pulse rate minimum bandwidth
(TTL); (6) motor driver interface shall be TTL compatible: STEP, DIR,
REMOTE, ENABLE/SHUTDOWN, DRIVE FAULT (input) and REMOTE STANDBY for
power reduction (preferred); (7) support trapezoidal, cosine velocity
profiles; (8) support open-loop (no encoder feedback) position moves;
(9) support multi-axis contouring moves; (10) support single axis or
simultaneous multi-axis MOVE, STOP or E_STOP (KILL) commands; (11) two
separate end-of-travel limit switch inputs and a home switch input per
axis; (12) two-phase quadrature incremental encoder input with an index
channel input per axis, 2MHz minimum bandwidth. Shall be able to
support single-ended or differential inputs. Shall support TTL
compatible logic such as open collector, TTL or line driver encoder
outputs. Shall provide a +5VDC supply voltage for encoder; (13) support
encoder position based moves (i.e., closed loop), including position
error correction mode (position maintenance) and stall/slip detection;
(14) support homing routines based on either the HOME switch alone, or
based on the HOME switch input and the encoder index channel; (15)
provide digital and or analog input/output channels whose function can
be user defined; and (16) interface modul to facilitate connection
between VME indexer and motor driver and encoder/limit switch inputs
(preferred). Delivery is required within 12 weeks ARO. Delivery
location is NIST, Building 301, Receiving Room, Gaithersburg, Maryland
20899, The FOB point shall be Destination, Gaithersburg, Maryland. The
following FAR provisions apply to this solicitation: FAR 52.212-1
Instruction to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial
Items. Evaluation Criteria to be included in paragraph (a) of provision
FAR 52.212-2 are as follows: (1) Technical Capability to meet or exceed
the Government's requirement. (2) Past Performance. This will be based
on the offeror's demonstrated experience with the VME based step motor
control. Offeror's should include recent references (within the last 3
three years) of installations of the proposed unit type with step
motor control systems of 20 axes or more. The list should include the
name, address, and phone number of the local contact; and (3) Price.
Technical evaluation criteria, when combined, are significantly more
important than price. Evaluation of the quote will be inclusive of all
options. Offerors shall address all requirements in this combined
synopsis/solicitation, and shall provide clear evidence of
understanding of 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 provisions 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: (1) 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I; (3) 52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns ; (6) 52.222-26, Equal Opportunity; (7)
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era; (8) 52.222-36, Affirmative Action for Handicapped Workers;
(9) 52.222-37, Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era; (10) 52.225-3, Buy American Act-Supplies; (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 at
http://www.nist.gov/admin/od/contract/protest.htm. All interested
parties should submit quotes by 3:00 PM, Washington, DC time, on August
5, 1998, to the National Institute of Standards and Technology,
Acquisition and Assistance Division, ATTN: Joan Smith, Building 301,
Room B117, Gaithersburg, Maryland 20899. Copies of above-referenced
clauses are available upon request, either by telephone or fax
(#301-963-7732). Posted 07/22/98 (W-SN226739). (0203) Loren Data Corp. http://www.ld.com (SYN# 0393 19980724\61-0004.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|