SOURCES SOUGHT
59 -- IED Robots
- Notice Date
- 12/11/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA13SS0003
- Point of Contact
- Gregory A. Mendoza, Phone: 5712255491
- E-Mail Address
-
mendozaga@state.gov
(mendozaga@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AEIC EOD Robot Statement of Work This sources sought notice is intended for market research purposes only. This is NOT a Request for Proposal (RFP), or any type of solicitation for competition, and this sources sought notice does not commit the Government to solicit or award anything now or in the future. There is not a finalized definitive requirement available at this time, this is only a potential upcoming requirement, and industry sources are being sought to respond to this notice with the information requested below. The purpose of this notice is to conduct market research to identify qualified and interested sources that could provide the services as stated. Background: DS/T/ATA currently procures Explosive Ordnance Disposal (EOD) Robots in support of the Advance Explosive Incident Course (AEIC). DS/T/ATA has trained numerous countries on the use of these robots. Therefore it is imperative that the specifications that are in this statement of work be met. Objectives: To have a contract established that shall provide for the procurement as well as support and maintenance of the requested robots. Scope: The government expects that the contract shall provide for the robots, repair parts and services to include loan robots while one is being serviced or repair with 24/7 technical assistance. The government also expects that there be a minimum two year warranty. Request that the warranty begins once the robots are put into service. Detailed Statement of Work: The requirements are for a mid-sized, two-man portable (under 200 pounds) multi telescoping armed robot with the following characteristics: one arm with an articulating claw that has 360 degree rotation and is capable of lifting a 60 pound load at full arm extension, Light, Camera with color and low light or IR capability. The other arm with a disrupter mount (twin preferred) shall have a light, camera with color and low light or IR capability, bracketing lasers, electric and shock tube initiation systems. If this arm posses a twin disrupter mount then an additional and laser bracketing shall be required. The Robot shall be required to fire PAN and or RADC without excessive recoil. Additionally a telescoping PTZ Camera with IR and color along with front and rear drive cameras (minimum of Black and White). A command and Control console is preferred over stand alone laptop computer control. The Command and Control console shall control the movement of the arms as well as robot drive, remote initiation of disrupters and related charges as well as video capture capabilities to either an internal hard drive or card or a commercially available video camera. The robot shall have two- way audio and a minimum of 500 foot tether. The robot will require remote operation and drive via tires and Track (both preferred) with the ability to climb stairs up to 50 degrees with disrupters. Arm reach shall have a maximum of 6 feet, the operating time for the robot shall be up to five hours, and the robot shall have a drag capacity of 300 pounds. The storage size shall be 3'x3'x3'. Minimum two year warranty from time the robot is put into service, a temporary replacement robot while one is under repair and 24/7 technical assistance. Additional equipment to support the robots are: Foldable, Lightweight Aluminum Ramps; Claw attachment Kit, Duke Pro2 Channel Shock Tube Initiator that includes attachment mounts for a caliber rotating turret A list of repair parts that can be replaced at the operator level and the parts themselves shall be made available. It is expected that the vendor be able to repair robots at the following three locations at a minimum: Montross, Virginia, Moyock, North Carolina and Amman Jordan. Delivery: Each order will consist of three (3) Robots. It is expected that delivery of robots take place within 30 days after receipt of order. For repair parts it is expected that delivery take place within four days after receipt of order and for overseas location ten days after receipt of order. Place of performance: The following three locations for place of performance for repairs are Montross Virginia, Moyock North Carolina and Amman Jordan. Qualifications The Contractor shall provide personnel who have the necessary experience, education, training and skills to perform the work and manage the requirements included in the draft statement of work. Requirements include: If your firm is interested in this U.S. Department of State opportunity, we request that your firm respond to this notice with the following information: 1. Company name, address, points of contact including phone numbers and email addresses. 2. Company Cage Code and DUNS number, and business size (large or small business). If small, indicate what types of small business concern (e.g. EDWOSB, Hubzone, 8(a), woman-owned, etc.) 3. Capabilities statement of your firm, indicating the general areas of focus for your business and your years of relevant experience that is in line with this type of effort. 4. Relevant Past Performance references for projects of similar size, scope or complexity along with abbreviated descriptions of effort or work done in providing specialized support services of this kind. Be sure your past performance information provided includes a very brief description of your firm's corporate experience and management capabilities. Indicate any experience transitioning responsibility from an incumbent contractor your firm has along with describing the qualifications of the management personnel you would have available for this engagement, and your overall approach to managing engagements of this type based on experience. 5. Identify if all physical characteristic as stated below can be meet. LED Lights (chassis, arms and PTZ camera) 6×6 All wheel chain drive with 2 speed transmission Pneumatic tires with quick release coupler (tire size: 10.0"/25.0 cm) Low Gear: 0-2 mph (0-3.2 km/h) High Gear: 0-5 mph (0-8 km/h) Command and Control Unit to operate robot with Tripod Wireless RF System (900 MHz data, 2.4 GHz video) Robot Battery Pack (913A/h, 24 VDC, quick-change, rechargeable, lead-acid battery) Battery Chargers Rubber Track System fits over the pneumatic tires; includes anti-flip bar Robotic Claw on Telescoping Arm Disrupter Turret on Telescoping Arm (allows three IED interdiction methods on a single trip ( MWB, Water and Slug Disruptor ammunition) Pan-Tilt-Zoom (PTZ) Color Camera Infrared Color Front Drive Camera Infrared Color Back Drive Camera CCD, Standard 500 ft. (153 m) tether reel with Slip Ring Two-way communication (talk/listen) with transmitter and receivers and PTT headset One day Robot Operation and Maintenance course 2-YEAR LIMITED WARRANTY UNLIMITED TECHNICAL SUPPORT Mission Time: 3 to 5 hours Stair Climbing Angle: 40° - 45° depending on stair structure Drag Capacity: 250 lbs (113 kg) Overall Length 33.0 in. (84.0 cm.) Overall Width: 23. 75 in. (60.3 cm) Stowed Height: 22 in. (56 cm.) Maximum Reach 66.0 in. (167.6 cm.) Ground Clearance : 2.25 in. (5.7 cm.) Overall Weight: 185 lbs (84 kg Lifts heavier payloads with the claw without sacrificing the aiming capability Cost Efficient 6. Pictures of the Front, Back, Left, Right Side and Top view of the robot All of the six (6) items above should be addressed in your firm's response to this notice, any questions can be made to the points of contact listed on this notice, please address each of the 6 items above to the best of your firm's ability briefly given time and resources. There will be NO compensation for responses to this sources sought notice, all participation is purely voluntary and shall incur no costs to the Government. All submissions should be sent in via email to mendozaga@state.gov and SanchezVJ@state.gov by the notice response date referenced on this sources sought notice
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13SS0003/listing.html)
- Place of Performance
- Address: The robots will be for training courses world wide. The services of these robots will be accomplished at either, Montross, Va. Moyock, North Carolina and Amman, Jordan, United States
- Record
- SN02946645-W 20121213/121211234705-682a348cbce490938d46d4726d17e3e4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |