Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2018 FBO #6095
MODIFICATION

36 -- Robotic Arm for Concrete Additive Manufacturing

Notice Date
7/30/2018
 
Notice Type
Modification/Amendment
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
1333ND18QNB730086
 
Archive Date
8/23/2018
 
Point of Contact
Abdul-Kudus Yahaya, Phone: 3019758497, Keith Bubar, Phone: 3019758329
 
E-Mail Address
abdul-kudus.yahaya@nist.gov, keith.bubar@nist.gov
(abdul-kudus.yahaya@nist.gov, keith.bubar@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to: a. Extend the due date from August 6, 2018 at 3:00 to August 8, 2018 at 3:00 pm b. Change the delivery date of CLIN 0001 and 0002 from "No later than 6 weeks..." to "No later than 16 weeks..."". c. Provide answers to interested vendors questions as follows: Question 1. Can the Government share who is supplying the dispensing equipment and can we obtain a contact for them to discuss specifics and what is being supplied for the integration? Response: This dispensing equipment is m-tec Duo Mix 2000 purchased from Gulf Concrete Technologies, LLC. 4739 West Oreck Road. Long Beach MS 39560. Question 2. Can interested vendors make a site visit to see the set-up? Response: No. The Government do not think that site visit is required for this requirement. Question 3. Are offerors to provide installation labor or just supervision of the installation? Response: NIST will provide all utility connections. Installation of the unit is the Contractor's responsibility. The unit will be accepted after a demonstration of the movement of the system over the build volume. Question 4. Is there any flexibility on the six-week delivery requirement? Response: Yes. See "b" above. However, the unit is required for FY19 (Oct. 2018 - Sept. 2019). The unit should be installed and running by January 2019. Question 5. Is there a preferred robot and software package? Response: See statement of Work for the robot and software requirement. Question 6. Are there other robots currently installed at their site and if so what kind are they? Response: Yes. A custom build cable controlled robot. Question 7. Will the Government ship equipment and material to Contractor's site for integration and tryout? Response: No material will be shipped out to the Contractors site. All installation and integration of existing equipment and material shall be done at the Government's site. Question 8: What level of buy off will occur at the Contractor's site? Response: None see response to question 7. Question 9: The build volume requirement. In the statement of work it specifies that the "Build volume dimensions are the desired dimension in each direction" and that preference will be given to proposals which are closest to the desired to the desired dimensions. Is there any specific dimension that would be desired/prioritised over any other? For instance, would the 3m in height at a reduced length/width be better than 8m x 3m length and width but reduced height? Response: The build volume requirements are Length 8 m +/- 1m: width 3 m +/- 0.5 m and height 3 m +/- 0.5 m. Priority should be given to the length and width. Question 10: 4-6 week delivery. Partially related to question one, how flexible is the 4-6 weeks for delivery of the robot? The reason this question is related is that with that time frame we are limited to robotic arms that are currently in stock. Purchasing and building a new robotic arm that has the necessary arm extension option to satisfy the desired build volume of the system could take as much as 16 weeks in my experience. Response: See "b" and answer to Question 4.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB730086/listing.html)
 
Record
SN05012188-W 20180801/180730230639-3cd4b298561143af37aeb492383d501f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.