SOLICITATION NOTICE
66 -- Robot Manipulator
- Notice Date
- 8/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- NB735140-18-03138
- Archive Date
- 9/12/2018
- Point of Contact
- Brian Jamieson, Phone: 3019758276
- E-Mail Address
-
Brian.Jamieson@NIST.GOV
(Brian.Jamieson@NIST.GOV)
- Small Business Set-Aside
- N/A
- Description
- CLASSIFICATION CODE: 66 TITLE: Robotic Manipulator System RESPONSE DATE: August 28, 2018 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Keith Bubar, Contracting Officer, (301) 975-8329 ________________________________________ DESCRIPTION: 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION UNDER FAR PART 13. Background Information: The Intelligent System Division (ISD) develops, advances, and deploys measurement science and standards to speed development, adoption, and integration of leading-edge intelligent technologies to advance U.S. manufacturing. To support ISD's efforts to develop a wireless test framework for smart manufacturing systems with associated standards, guidelines, performance metrics, and tools, it is necessary to model these systems and networks and determine the performance impacts of wireless technologies when used in smart manufacturing systems. This will lead to smart manufacturing systems that offer security, reliability, resiliency and continuity in the face of disruption and major incidents. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249, Other Industrial Manufacturing with a small business size standard of 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. This solicitation is restricted, as a 100% small business set aside. SCHEDULE OF REQUIRED ITEMS: The Contractor shall provide the products/services included in the following Contract Line Item Numbers (CLINs): CLIN 0001: Quantity: 1 Unit: Lot Description: The contractor shall provide an experimental robotic testbed, which shall include the following components. The system provided must meet the minimum specifications detailed in the "CLIN 0001 Specifications" section below. • Robot manipulator • Control system • Mounting Flange • Force and Torque sensor • Robot Gripper • Static Probe • Warranty CLIN 0001 SPECIFICATIONS: Robot Manipulator and Control System Specifications: • Unit Required: Universal Robot model UR3 • Mechanical Specifications: o 6-axis robot arm with a working radius of 500 mm / 19.7 in o Weight: 11 kg / 24.3 lbs. o Payload: 3 kg / 6.6 lbs. o Reach: 500 mm / 19.7 in o Joint ranges: +/- 360°, Infinite rotation on end joint o Speed: All wrist joints: 360 degrees/sec, Other joints: 180 degrees/sec, o Tool: Typical 1 m/s. / 39.4 in/s. o Repeatability: +/- 0.1 mm / +/- 0.0039 in (4 mils) o Operating Temperature: The robot can work in a temperature range of 0-50 °C o IP64 or higher rating o Low noise operation: < 50 dB at 3 meters • Pendant style controller o Control box size (WxHxD): 475 mm x 423 mm x 268 mm (18.7 x 16.7 x 10.6 in) o Programming: graphical user interface on 12 inch touchscreen with mounting • Electrical Specifications o I/O ports at Controller: 16 digital in, 16 digital out, 2 analog in, 2 analog out o I/O ports at Tool flange: 2 digital in, 2 digital out, 2 analog in, 0 analog out o I/O power supply: 24 V 2A in control box and 12 V/24 V 600 mA in tool o Power supply: 100-240 VAC, 50-60 Hz o Cable between robot and control box (6 m / 236 in) o Cable between touch screen and control box (4.5 m / 177 in) o Communication:  TCP/IP 100 Mbit: IEEE 802.3u  100BASE-TX Ethernet socket  Ethernet/IP & Modbus TCP support  Provides 125 Hz or faster joint state reporting and control • Programming support o Native programming through graphical interface o Provide application programming interface o Support collaborative operation with built-in safety functions Robot Mounting Flange Specifications: • Mounting flange will connect the robot base to a standard optical table with a grid of M6 taps spaced at 25 mm intervals center-to-center. • Mounting plate shall be compatible with hole pattern of the robot base. • Flange thickness must be at least than 1.5 cm and no more than 3 cm. Force and Torque Sensor Specifications: • Mates directly with the robot end-effector o No modification to the robot required o No additional flange required by the user • 6 Axis, 200N Sensor • Size (D x H) 70 x 35mm • Fz capacity compression 200N • Fz capacity tension 200N • Fx, Fy capacity 200N • Torque capacity Tz:13 Nm, Txy: 20Nm • Includes Ethernet interface • Translation module with Ethernet Interface • Mechanical Overload Protection Robot Gripper Specifications: • Example gripper: Robotiq - AGC-UR-KIT-002 • 2-Finger Adaptive Robot Gripper • Mates directly with the robot end-effector o No modification to the robot required o No additional flange required by the user • Gripper opening 0 to 85 mm • Object diameter for encompassing grip 43 to 85 mm • Gripper weight with mechanical coupling 900 g • Maximum recommended payload 5 kg • Grip force 20 to 235 N • Minimum diameter for encompassing: 43 mm • Finger speed: 20 to 150 mm/s • Position repeatability 1 0.05 mm • 1 x End Effector Coupling for Bolt Pattern ISO 9409-1-50-4-M6 (with 1 m Pigtail Cable) o 1 x 10 m Device Cable o 1 x USB to RS485 Adapter o 1 x Screw Kit for Fixing End Effector Coupling on UR o 1 x USB Stick with Software Package for UR Robots • Compatible with required Force and Torque Sensor Static Probe - for end effector Specifications: • Conical-shaped static probe • Probe should be at least 5 cm long • Probe shall connect to the robot end-effector o No modification to the robot required o No additional flange required by the user • Drawings and dimension shall be included with probe Warranty Specifications: • Standard 12 month warranty • 1 year warranty extension Delivery Terms and Conditions: Delivery shall be made within 30 days from date of award. Shipping terms shall be F.O.B Destination. 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. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items FAR Clauses: 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-Commercial Items including subparagraphs: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive compensation and first-Tier Subcontract Awards 52.209-6 Protecting the Government's interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment. 52.219-28 Post Award Small Business Program Re-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 Equal Opportunity for Workers with Disabilities; 52.222-50 52.223-18 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 4 calendar days after the posting date of the solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 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 FR 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: Keith Bubar, 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, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) 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, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clause_54 Electronic Billing NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (End of clause) Addendum to Far 52.212-1, Quotation Preparation Instructions: 1. Price Quotation- The Offeror shall propose a firm-fixed-price for each of the CLINs identified in the "Schedule of Required Items." 2. Technical Quotation- All offerors shall provide documentation to certify that they are authorized resellers or distributors of the product(s) they are proposing or are the Manufacturer. Award will not be made to any offeror without the requested documentation. All quotations shall clearly comply with the Schedule of Required Items. Quotations shall include the equivalent of a line by line comparison of the minimum specifications detailed in the "Schedule of Required Items" to clearly demonstrate that the items quoted meet the Government's requirements. 3. All offerors shall submit the information/documentation required by the provisions in this solicitation. Quotation Evaluation: The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation must clearly demonstrate compliance with the required specifications detailed in the Schedule of Required Items, and the offeror must be authorized to sell the products being proposed. Only new products will be accepted. No used or refurbished products.. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price. 1. Technical Capability An offeror's failure to quote all of the products/services listed above may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the offer being determined unacceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government's technical specifications will be considered non-acceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. All offerors must be authorized to sell and service the products they are proposing to the Government, by the original manufacturer(OEM) certified engineers or technicians. 2. Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror's best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government. Due Date and Response Information Offerors capable of furnishing the specified item in this combined synopsis/solicitation should submit their quote in writing to: Brian Jamieson electronically at brian.jamieson@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than August 28, 2018, 2:00 pm, EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB735140-18-03138/listing.html)
- Record
- SN05051671-W 20180824/180822231618-8f32e4baef9b67a816e75661cd8173a9 (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 |