SOLICITATION NOTICE
66 -- Robotic Arm for Device Under Test Positioning within an Anechoic Chamber
- Notice Date
- 12/5/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- NB672050-17-00338
- Archive Date
- 12/24/2016
- Point of Contact
- Dennis M. Fuentes, Phone: 3034975573
- E-Mail Address
-
dennis.fuentes@nist.gov
(dennis.fuentes@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION ACTION CODE: ˂COMBINED˃ CLASSIFICATION CODE: 66-Laboratory Equipment and supplies SUBJECT: Robotic Arm for Device Under Test Positioning within an Anechoic Chamber SOLICITATION NUMBER: NB672050-17-00338 RESPONSE DATE: December 9, 2016 CONTACT POINTS: Dennis M. Fuentes, Contracting Officer 303-497-5573 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVLAUATION 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING 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 (FAC-90-1) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer within three (3) days of the posting. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 750 employees. This requirement is being competed as full and open competition. All interested responsible business concerns, regardless of size, may submit a quotation. ***The National Institute of Standards and Technology is seeking to purchase ** Robotic Arm for Device Under Test Positioning within an Anechoic Chamber I. BACKGROUND INFORMATION The Communications Technology Laboratory is in the process of expanding its research efforts related to spectrum sharing. This research spans a broad area covering topics associated with distributed spectrum sensing, signal propagation, interference between devices and networks, and evaluating a device's ability to share spectrum. Common in all of these research topics is the use of an anechoic chamber and positioner for testing. The anechoic chamber provides a stable and repeatable environment with ample attenuation from outside signal interference. The positioner allows for precise orientation and movement of the device under test. Each is essential to the expansion of spectrum sharing research. II. SCOPE OF WORK NIST is looking to procure a robotic arm positioner. This will be installed inside a NIST laboratory anechoic chamber. The device under test will be fastened to the positioner and can be oriented however specified by the test being performed. The positioner will be connected to a controller which through a python script will move the robotic arm to the specified location. This robotic arm should have the ability to move anywhere between 1-2 meter distances and must be able to carry at least a 10-pound load. The required installation, deployment, and on-going services required are described in Section III below. NIST will supply the device under test, anechoic chamber, script to run the robot, and power required to operate the controller. III. SPECIFICATIONS The Contractor shall provide one (1) robotic arm positioner and one (1) controller along with any other required components within the anechoic chamber that meets the following minimum technical requirements. The Contractor shall install and deploy the robotic arm as described below. 1. The robotic arm shall have the following technical characteristics: 1.1. Six degrees of freedom (motion). 1.2. Maximum reach of between 1 and 2 meters. 1.3. A maximum load of at least 10 lbs. 1.4. Minimum of 100 degrees per second joint speed in all joints. 1.5. Positional accuracy/repeatability: +/- 1 mm. 1.6. The arm shall have a plate affixed to the end of it to allow for a custom mounting platform to be mounted. The Contractor is not responsible for providing the custom mounting plate, only for providing the arm with a surface we can mount to. 1.7. The robot shall include a pendant or other device by which the robot can be manually controlled. 1.8. The robot controller shall be capable of being controlled remotely (i.e., sent commands via an external computer). The controller shall be programmable in Python, or include an API for use in Python. 1.9. The Contractor shall also provide programming examples or a command reference discussing how to interface with the robot through Python. 2. The Contractor is responsible for mounting the arm to a mobile platform. 2.1. This platform should be on locking wheels so that it may be manually moved from location-to-location and locked in place. The arm will not be operated while the wheels are unlocked. 2.2. When the wheels are locked, the arm should be able to safely move throughout its entire range of motion. 2.3. The total weight of the platform and robot shall not exceed 1,000 pounds, or be more than 72" in width. 3. The robotic arm must have the ability to fasten the robot to a caster platform so the robotic arm can be rolled from one location to another. 4. All hardware will be installed indoors. The hardware provided by the contractor need not be designed for outdoor installation/use. 5. The Contractor shall provide a controller and all necessary cables to program the robotic arm. 6. The robotic arm (and associated hardware) shall be capable of running on conventional AC power (120 V) and, as a whole, the robotic arm system shall not draw more than 20 amps. In the event the hardware is designed to operate from DC power, the Contractor is responsible for supplying a power supply capable of converting the AC power to DC power. The Contractor shall include a suitable power cord which can be used to connect the system to conventional AC 120V power. 7. In the event that the robotic arm system consists of more than one piece of hardware, the Contractor is responsible for providing any cables required to connect system components. 8. On-site installation, and deployment services shall be provided by the Contractor. 9. The Contractor shall configure the robotic arm to communicate with the respective robotic arm controller. 10. Software and hardware technical support shall be provided as part of the robotic arm system. This support shall be available during normal business hours. No after-hours support is required. Support shall last for a one-year period. This period begins when the robot is accepted by NIST. 11. To the extent that software updates become available for the version deployed on the robotic arm controller, they shall be provided to NIST. 12. The Contractor shall use only new equipment. The use of refurbished or used equipment is not permissible. 13. The Contractor shall include the cost of shipping the hardware to the NIST site in Boulder, CO. IV. OPTION A component that could provide additional height for the robotic arm (e.g., a pedestal). This pedestal should be between 12"-18" in height. This pedestal would be mounted on the mobile platform. V. INSTALLATION The Contractor shall install, deploy, and configure the robotic arm inside a laboratory at the NIST facility in Boulder, CO. Installation shall include, at a minimum, uncrating/unpacking of all materials, installation and configuration of the robotic arm, demonstration of specifications, and removal of all trash. The robotic arm will operate to manufacturer's specifications upon installation. Installation will take place between 8:30 am and 5:00 pm mountain time, Monday through Friday (except Federal Holidays). VI. PERIOD OF PERFORMANCE The period of performance shall be ninety (90) days from award of this requirement. VII. PLACE OF PERFORMANCE The installation and deployment of the robotic arm shall be accomplished at NIST, Boulder, Colorado. VIII. DELIVERABLES Description Quantity Due Date Delivery of robotic arm, controller, and any associated components One (1) system 85 days after award of this requirement Start of installation and deployment of robotic arm and controller Once 85 days after award of this requirement Conclusion of robotic arm and controller installation Once 90 days after award of this requirement Delivery of operating manual software examples, and command reference. One (1) set 90 days after award of this requirement IX. PERFORMANCE REQUIREMENT SUMMARY The Contractor shall demonstrate that all performance standards in this statement of work have been met at the time of installation and deployment. NIST will also perform basic measurements and experiments to ensure that the requirements have been met. X. WARRANTY The Contractor shall provide, at a minimum, a one-year warranty of robotic arm and hardware and associated components. The warranty shall cover all parts, labor and travel. The warranty shall commence upon successful completion of delivery, installation, deployment and demonstration of all required specifications. XI. GENERAL INFORMATION Safety: The Contractor employee shall be responsible for knowing and complying with NIST installation safety prevention regulations (http://www-i.nist.gov/mml/safety/policies/index.htm.) Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Identification Badges: Contractor employees that come on-site to install the chamber must be U.S. citizens and comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words "Contractor" in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the TPOC, COR, or Contracting Officer (CO) upon termination of their services under this contract. To facilitate the badging process all installation team members that will be on-site will be required to complete the badging/security process prior to working on-site. Therefore, the names and required information of the installation team must be sent to the TPOC at least 4 weeks prior to the start of installation. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the TPOC, COR, and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director. Payment Schedule The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice for the entire purchase order, in accordance with the following schedule. 1. 100% after receipt and acceptance by the TPOC of fully delivered system, AND 2. After installation is completed by the NIST TPOC and demonstrates operation to the minimum specifications set forth in this document NOTE: Partial shipments and partial invoices will not be accepted, unless other-wise requested and accepted by the Contracting Officer prior to award offer. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html Provisions 52.204-7 - System for Award Management 52.204-16 - Commercial & Government Entity Code Reporting 52.204-17 - Ownership or Control of Offeror 52.204-18 - Commercial & Government Entity Code Maintenance 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1 - Instructions to Offerors-Commercial Items 52.212-3 - Offerors Representations and Certifications-Commercial Items 52.214-35 - Submission of Offers in U.S. Currency 52.225-2 - Buy American Certificate 52.225-18- Place of Manufacture 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Clauses 52.204-13 - System for Award Management 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 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) 52.219 - 28 - Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)) 52.222-3 - Convicted Labor (June 2003) (E.O 11755). 52.222-19 - Child Labor - Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-26 - Equal Opportunity (Mar 2007) (E.O. 11246 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) 52.222-50 - Combatting Trafficking in Persons (FEB 2009)(22 U.S.C.7104(g)) 52.233-3 - Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4 - Applicable Law for Breach of Contract Claim 52.223-18- Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O 13513) 52.225-1 - Buy American Act 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008)(E.O.'s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury 52.232-33 - Payment By Electronic Funds Transfer - System for Award Management (Jul 2013) 931 U.S.C. 3332) 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Contractors 52.247-35 - FOB Destination, within Consignee's Premises 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. 2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) Assurance by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015) 1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. 2) By accepting this award or order, in writing or by performance, the offeror/contractor assures that- a) The offeror/contractor is not a corporation convicted of a felony criminal violation under a Federal law within the preceding 24 months. b) The offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. (End of clause) The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All CAR clauses may be viewed at http://www.ecfr.gov 1352.201-70 - Contracting Officers Authority 1352.209-73 - Compliance with the Laws (APR 2010) 1352.209-74 - Organizational Conflict of Interest 1352.246-70 - Place of Acceptance NIST LOCAL -04 Billing Instructions - (a) NIST prefers electronic Invoice/Voucher submissions and they should be emailed to INVOICE@NIST.GOV. (b) Each Invoice or Voucher submitted shall include the following: (1) Contract Number. (2) Contractor Name and Address. (3) Date of Invoice. (4) Invoice Number. (5) Amount of Invoice and Cumulative Amount Invoiced to-date. (6) Contract Line Item Number (CLIN). (7) Description, Quantity, Unit of Measure, Unit Price, and Extended Price of Supplies/Services Delivered. (8) Prompt Payment Discount Terms, if Offered. (9) Any other information or documentation required by the contract. (c) In the event electronic submissions are not used, The Contractor shall submit an original invoice or voucher in accordance with the payment provisions of this contract to: NIST: Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 (End of clause) INSTRUCTIONS: System for Award Management, SAM In accordance with FAR 52.204-7, the awardee must be registered in the system for award management (www.sam.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 11:00 AM Mountain Time on December 9, 2016. FAX quotations shall not be accepted. E-mail quotations shall be accepted at dennis.fuentes@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Because of heightened security, electronic delivery methods are the preferred method of delivery of quotes Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed priced schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror shall propose a firm fixed-price, FOB Destination for each CLIN. Contractor shall state warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotations. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer and part number, and each technical specification. The offeror must demonstrate that is proposed equipment meets each technical specification described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original manufacturer to provide the items in the quotation shall be included. 3. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation shall include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition" OR "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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation is deemed technically acceptable and is lowest price. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability and 2) Price. 1. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all technical specificaitons. Quotations that do not demonstrate the proposed equipment meets all requirements, will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. 2. Price: The Government will evaluate price for reasonableness. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: LYNDA ROARK, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e51a16fec15b22b04df77f054b286746)
- Place of Performance
- Address: NIST, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN04342943-W 20161207/161205234513-e51a16fec15b22b04df77f054b286746 (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 |