SOLICITATION NOTICE
66 -- NB735110-13-01305 Robot Mobile Base - Combined Synopsis Solicitation NB735110-13-01305
- Notice Date
- 2/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- NB735110-13-01305
- Archive Date
- 3/31/2013
- Point of Contact
- Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis Solicitation NB735110-13-01305 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-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 ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-64. The associated North American Industrial Classification System (NAICS) code for this procurement is 541512, with size standard of $25.5M. This acquisition is being procured as a total small business set-aside. The Intelligent Systems Division of the National Institute of Standards and Technology (NIST) has a requirement for a mobile base on which an existing lightweight robot (Kuka LWR) can be mounted. The mobile base with the robot mounted on it will be used to help develop new safety standards for manufacturing and to experiment with ways of making factories more flexible and agile by removing the requirement for the parts to be brought to the assembly equipment. All items must be new. Used or remanufactured equipment will not be considered for award All interested Contractors shall provide a firm fixed price quote for the following: Line item 0001: Quantity: One (1) ea. Mobile Base for KUKA LWR Robot, that must meet or exceed the following minimum specifications: 1. Navigation: • Omnidirectional drive • Must be able to accept commands to move to a given position and orientation and travel there autonomously. • Positioning repeatability in X and Y within one centimeter (five mm preferred). Rotational repeatability within two degrees (one degree preferred). 2. Physical Characteristics: • Must have a payload area of at least 0.5 m by 0.5 m. • Must fit through a single-width door opening measuring 915 mm (36 inches). • Must have a payload capacity of at least 100 kg unless120V AC auxiliary power at 2 kVA is supplied onboard the vehicle, in which case the payload capacity for the vehicle can be reduced to 75 kg. • Maximum speed of at least one m/s (1.5 m/s preferred). • The robot must be able to be mounted near the edges of the payload platform and must be able to operate at full payload, speed, and full extension without tipping the vehicle. See below for the specifications of the robot. If a Z-axis (vertical) motion platform is provided on which the KUKA LWR robot can be mounted, the platform must be close enough to the edge of the mobile base to allow the full extension of the robot beyond the base without tipping. 3. Power: • Must run at least half a day on a single charge under typical operation. • Must be able to be charged from a North America Grounded NEMA 5-15 outlet. • Must have enough additional power to support safety sensors mounted on the vehicle. 4. Communications: • Built in inputs for triggering a low-level emergency stop. • Built-in outputs for propagating a low-level emergency stop (e.g., a 24VDC signal to enable a safety-rated relay). • Must provide control and feedback APIs, e.g., real-time reporting of position, direction, and speed Robot Information The specifications of the robot include: 1. Arm Weight: approx 16 kg. 2. Rated payload: 7 kg. 3. Arm Mounting Position: floor, ceiling, wall 4. Arm volume of working envelope: 1.84 m3 (see Figure 1) 5. Controller Weight: approx. 34 kg 6. Controller Overall Controller Dimensions: 518 x 483 x 313 mm (19" rack mountable) 7. Controller max power dissipation: 350 watts 8. Controller permissible tolerance of rated voltage: 115 V ± 10% 9. Controller mains frequency: 49... 61 Hz 10. Controller rated power input: 1.1 kVA 11. Controller ambient temperature during operation: +10°C to +40°C Figure 1: Robot Work Envelope Delivery Terms Delivery terms shall be FOB Destination, and take place in accordance with Contractor's commercial schedule. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Inspection and Acceptance Criteria Acceptance will be provided at Government site and as duties and responsibilities are completed, the Contractor shall request review and acceptance by the NIST Technical POC. Acceptance tests will be conducted on delivery of the platform to NIST. Test will include verifying that the requirements are met. Technical Evaluation Criteria Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate the offeror's quote and award to the lowest priced, technically acceptable offeror. Quotation Submission Instructions All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; and 2) Technical description and/or product literature. This is an Open-Market Combined Synopsis/Solicitation for item(s) as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Monday, March 4, 2013. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34, FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB735110-13-01305/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02991886-W 20130222/130220234957-0c917413b62581d4642d67b2aca10dba (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 |