SOLICITATION NOTICE
99 -- Remote Controlled Hazardous-Duty Mobile Robot
- Notice Date
- 12/17/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of State, Bureau of International Narcotics and Law Enforcement Affairs, INL RM MS, 2430 E Street, N.W., South Building SA-4 Navy Hill, Washington, DC, 20520
- ZIP Code
- 20520
- Solicitation Number
- SINLEC-03-Q-0351
- Archive Date
- 1/11/2003
- Point of Contact
- Albert Carpenter, Telecom Specialist, Phone 2027768705, Fax 2027768775, - Linda Gower, Contract Specialist, Phone 2027768774, Fax 2027768775,
- E-Mail Address
-
carpenteraw@state.gov, gowerlg@state.gov
- Description
- 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. The reference number is SINLEC-03-Q-0351 and is issued as a request for quotation (RFQ). FOB Destination shall be Miami, Florida. The government plans to award a commercial item purchase order to the responsible offeror who can provide the required equipment by the required delivery date of April 27, 2003. The U.S. Department of State, Bureau of International Narcotics and Law Enforcement Affairs, requires 1 each REMOTE CONTROLLED HAZARDOUS-DUTY MOBILE ROBOT. Desired unit to be provided with remote control station with both optical cable(2000 ft.) and radio control capabilites. Robot climbing ability should be a minimum of 45 degree stairs and slopes, 16 inch high ledge and 24 inch ditch capability. Robot to operated on wet or dry surfaces, and be weather resistant. Manipular system to be provided with shoulder pivot, continuous wrist roll and 12 inch gripper with individual switches for each joint and variable speed controls. Malnipular capacity should be a minimum of 60 lbs at full extension and 100 lbs at 18 inch. Low-light-level video/audio system to consist of a manipular arm camera (Black/White), a surveillance camera (Color) and a drive camera (Black/White) with variable-intensity lights attached to each camera and a 2-way audio system. Desired EOD/SWAT options consist of a dual disrupter mount with 2 each laser assemblies, weapons sighting camera for disrupter mount, 12 guage shotgun, shotgun mount assembly, shotgun mount laser assembly, shotgun mount weapons sighting camera and charge dropper assembly. System to be provided with a reusable shipping crate. Additionally, please provide vendor recommend spare parts package for the above remote controlled robot system. The features indicated above were requested by the end-user for their system configuration. However, all alternative offers will be reviewed with the end-user prior to final contract award. Vendors are requested to provide complete detailed equipment specifications and pricing for the units being offered. Offers for this device are restricted to North American produced equipment. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors -Commercial Items, applies to this acquisition. The selected offeror MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions-Commercial Items, The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. As proscribed by FAR 52.252-2. Should Offerors require additional clarification of requirements, please contact the INL Telecom Specialist, Albert W. Carpenter, Telephone 202-776-8705, FAX 202-776-8775, email CarpenterAW@state.gov
- Record
- SN00225207-W 20021219/021217213511 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |