Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2021 SAM #7111
MODIFICATION

52 -- Fully Integrated Phenotyping Field Rover

Notice Date
5/19/2021 2:03:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B21Q0064
 
Response Due
5/31/2021 3:00:00 PM
 
Archive Date
06/15/2021
 
Point of Contact
Aaron Dimeo, Phone: 6088900067
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B21Q0064 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. The associated NAICS code is 333111, Farm Machinery and Equipment Manufacturing, with a small business size standard of 1,250 employees and the PSC code is 5220. The Department of Agriculture (ARS) has the need for the following products: 001) Fully Integrated Phenotyping Field Rover Scope of Work: The USDA-ARS Cropping Systems and Water Quality Research Unit in Columbia, MO is requesting quotes for the purchase of a new, fully integrated phenotyping field rover to quickly and accurately phenotype corn plants in the field in order better understand their growth under different agronomic and environmental variables. Background: � The project requirement is a field phenotyping rover/robot that can be driven through corn fields with row spacing of 25-30 inches and record video/images of the corn plants from the front, both sides, and the top of the rover looking upward. The rover must also be capable of recording LIDAR data that captures the plants on both sides of the rover starting from the ground to the height of the plants. The rover must be programed to be driven by someone walking behind, but not attached to it, as well as to drive itself semi-autonomously for a single pass in the field (with someone following it and stopping it in case of emergency). The rover must have onboard integrated GPS with RTK compatibility, and this data must be recorded to tag the imagery and LIDAR data taken. The rover must have 4-wheel drive and the wheels, as well as the whole rover, must be rugged enough to withstand the conditions of a crop field (crop residue, dust, mud, bumps, high temperatures and humidity, sunlight). The software for running the rover and uploading data from the rover to the cloud must be included and fully functional. Support services and warranty for at least one year must be included. The company must also be able to demonstrate that comparable data from the rover can be processed to extract meaningful results, although the actual costs of processing of the data do not have to be included in the purchase. The goals are to quickly and accurately phenotype corn plants in the field in order better understand their growth under different agronomic and environmental variables. Technical Requirements: The phenotyping rover must be fully integrated, including appropriate software, and functional upon delivery. No assembly or engineering should be needed to make the rover functional. The rover must include the following specifications and sensors: 4-wheel drive body no wider than 20 inches. The rover must be 4-wheel drive and capable of maneuvering in dirty, dusty, muddy environments typical of row crop agriculture. Onboard integrated computer that controls the movement of the rover and controls and receives data from the attached accessories described below. Rover must be capable of storing 8 hours of data gathered from accessories with upload of data to cloud computing resources once internet is available via wi-fi or ethernet cable. At least 3 Gimbal Stabilized UHD (or higher quality) cameras with LED illumination (for dark understory imaging). The three cameras must be positioned to record data from the front and both sides of the rover and at variable angles (-30 degrees to +60 degrees relative to the plane of the ground the rover is driving on). 2 or more LIDAR sensors. One sensor must be mounted to capture data in front of and on both sides of the rover on the same angle as the plane of the ground. The second must be mounted to capture data on both sides and above the rover at a 90-degree angle to the plane of the ground. Upward facing fisheye camera for recording videos of the underside of the canopy. Integrated GPS with RTK capability for use in tagging video and LIDAR data GPS points. All accessories described above must be mounted and integrated with rover body as well as the computational systems of the rover. Handheld tablet or other means for controlling the rover while driving it in the field. Software for controlling the rover, driving it through the field and recording data at the same time (in an autonomous or semi-autonomous way), and recording metadata manually. Ability to quantify the number of flowering and grain structures, leaf area, and plant height on corn, soybean, and wheat. Software and Technical Support for minimum of 1 year Minimum 1 year warranty Delivery within 30 days of award. Key Deliverables: Fully Integrated Phenotyping Field Rover Handheld Tablet Case Software Unlimited Cloud Data Storage 100GB Data Analytics Software and Technical Support Warranty Data Rights: USDA-ARS retains all rights to data generated by the rover/robot. Company may use data provided to them by the rover for internal improvement of its products and services. Quote Evaluation Factors: Past Performance � Provide documentational evidence that the vendor has provided similar products to meet USDA-ARS contracts. Technical requirements � Must meet all technical capabilities/features outlined in the �Technical Requirements� section of the solicitation. Documentation that vendor can meet these requirements is required. Price � Lowest priced quote that meets the other two evaluation factors will receive the award. Delivery:� Delivery to the Cropping Systems and Water Quality Research Unit 1406 E Rollins Street University of Missouri, Room 269, Ag Engineering Building, Columbia, MO 65211 within 30 days of award. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard USDA-ARS Columbia, MO and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this request for quote. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to submitting a quote. Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to aaron.dimeo@usda.gov so that they can be added to the list of NDAA 889 Certified vendors. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. � Offerors responding to this announcement shall submit their quote on�SF-18�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF-18 to�aaron.dimeo@usda.gov by no later than�Monday, May 31, 2021 at 5:00 PM�Central Standard Time. Questions in regards to this combined synopsis/solicitation must be submitted through email and are due no later than�4:00 PM CST on Wednesday, May 26, 2020. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f0930a59d80c48c288cf5c50374328e1/view)
 
Place of Performance
Address: Columbia, MO 65211, USA
Zip Code: 65211
Country: USA
 
Record
SN06006657-F 20210521/210519230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.