SOURCES SOUGHT
66 -- 6-Axis Articulated Robotic Arm
- Notice Date
- 8/22/2018
- Notice Type
- Sources Sought
- NAICS
- 333249
— Other Industrial Machinery Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIHDA201800491
- Archive Date
- 9/12/2018
- Point of Contact
- Jessica Adams, , Jeffrey Schmidt,
- E-Mail Address
-
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: NIHDA201800491 2. Title: 6-Axis Articulated Robotic Arm 3. Classification Code: 66 - Instruments and laboratory equipment 4. NAICS Code: 333249 5. Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: When using a dispenser in an offline fashion there is often a desire to dispense more than one plate, requiring the integration of a separate stacker that must be purchased to load plates into a dispenser such that a plate can be presented to the dispenser, the dispense can be performed and then the stacker can return the plate to an output stack before presenting the next plate. By using a 6-axis robotic arm to act as the motion control platform while performing the dispense the arm can act as both the dispenser and the stacker; eliminating the need to load and unload a plate. Purpose and Objectives: The purpose of this acquisition is to acquire a 6-axis articulated robotic arm that functions as a motion control platform that can dispense and stack reagents into plates when conducting high throughput screening (HTS). This will be a brand name or equal requirement. Project requirements: Mecademic Meca500 6-axis articulated arm with additional gripper, or its equal. Salient characteristics: Contractor shall provide a 6-axis articulated arm, or its equal that has the following characteristics: • Articulated arm must dimensions must be less than 500 mm× 618 mm × 690mm • Articulated arm must have a controller embedded in the base of the unit to run the robot and gripper. • Articulated arm must have an accuracy of 5um velocity range of a typical dispense application, around 80mm/second for a 1uL dispense into a 1536 well plate. • Articulated arm must have the capability to be used as dispenser and plate stacker for reagents. Quantity: 2 Anticipated period of performance: Contractor shall deliver equipment within 30 days ARO. Other important considerations: One (1) year warranty starting from time of equipment being shipped. Capability statement /information sought. Responses shall include a capabilities statement and the following information: • respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts; • information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information; • general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.); The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Jessica Adams, Contract Specialist, at e-mail address jessica.adams@nih.gov. The response must be received on or before August 28, 2018, 1:00pm, Eastern Standard Time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e74ae8d7f13d87d69d28c62a80234a99)
- Place of Performance
- Address: 9800 Medical Center Drive, Building B, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN05051125-W 20180824/180822231404-e74ae8d7f13d87d69d28c62a80234a99 (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 |