SPECIAL NOTICE
A -- Kilinc-Balci Robotic Arm System
- Notice Date
- 5/26/2021 11:30:03 AM
- Notice Type
- Special Notice
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- CENTERS FOR DISEASE CONTROL AND PREVENTION Atlanta GA 30333 US
- ZIP Code
- 30333
- Solicitation Number
- 211-2021-53752
- Response Due
- 6/10/2021 9:00:00 AM
- Archive Date
- 06/25/2021
- Point of Contact
- Dwight Favors, Phone: 513-533-8137
- E-Mail Address
-
dyf3@cdc.gov
(dyf3@cdc.gov)
- Description
- NOTICE OF INTENT TO ISSUE A CONTRACT.� The Centers for Disease Control and Prevention, National Institute for Occupational Safety and Health (NIOSH), Division of NPPTL, 626 Cochrans Mill Rd., Building 166 Receiving, Pittsburgh, PA 15236, hereby announces its intent to issue a contract to Johns Hopkins University, 11100 Johns Hopkins Rd., Laurel, MD 20723-6005 for Kilinc-Balci Robotic Arm System: The experimental setup requires a particular robotic arm which has the minimum specifications of: Anthropomorphic (lifelike) form factor and appearance Human-like strength and dexterity High-resolution tactile and position sensing Convenient user interface (UI) control system The proposed testing system will be the first system developed to assess the fluid leakage through interfaces of HCP PPE. It will include a full-body mannequin with a robotic arm placed into a large experimental chamber and a mechanism that can simulate fluid exposures. The robotic arm will be able to simulate shoulder, elbow, and wrist movements with high precision. The low-cost interface testing system developed in this project will be available to manufacturers and end users to determine barrier effectiveness of multiple product types (gloves, gowns, and coveralls), and models. The robotic arm will have following features: The size of the robotic arm should be within the average size of U.S. healthcare worker and shall be consisted with the dimensions of the mannequin. The robotic arm shall be water resistant or include means to be protected from water exposure. The robotic arm shall be constructed from sturdy and strong materials (e.g. aluminum) and shall be able to carry minimum of15 pounds. The robotic arm shall be operating with 120V power supply. The robotic arm shall be able to simulate shoulder, elbow, and wrist movements with high precision; Shoulder: Flexion (90 ? � 180 ?), abduction (90 ? � Max), internal rotation (Min-Max), hyperextension (20 ?) Elbow: Flexion (45 ? � 90 ? � Max) Wrist: Max pronation, max supination, max flexion, max extension, max ulnar deviation, and max radial deviation. All the driver motors shall be capable of complete each individual movement within 1-2 sec. The driver motors shall be designed to work prolonged testing hours (~8h daily) without overheating. Controls for Robotic Arm The controls for the robotic arm shall enable the operator to program in the speed, degree of movement, and number of repetitions of movement cycles. The robotic arm shall be controlled by either connected to computer with an USB interface (a software shall be developed for PC), or a mini computer (Raspberry Pi, Arduino etc..) with a decent size touchscreen user interface (a software shall be developed for the minicomputer as well). The controls shall enable the arm movements to have smooth (no jarring movement). The controls shall have an emergency stop button easily accessible to the operator. The controls shall be configured so that the robotic arm only operates when the chamber door is closed. Warranty A one-year warranty on parts and labor is required. Along with the above specifications the robotic arm system has an optional requirement as follows ; Option 1: Chamber, Mannequin, Fluid Exposure System, and User Interface General Chamber Information The chamber shall be able to fit at least an average size mannequin: (e.g., minimum length x width x height: 50� x 50� x 72�). The chamber shall be built of sturdy framing which can easily be disassembled (for example, 80/20 aluminum framing or similar type framing). The chamber will not need gas-tight gaskets, but bottom should be waterproof. The chamber should be built in such a manner to mitigate shaking/vibration/jarring from the mechanical motion of the robotic arm. Walls All side walls and ceiling are to be of transparent and thick sturdy sheeting (polycarbonate or equivalent). Alternative thickness can be considered in necessary for the chamber design. Door The chamber shall have a hinged two doors in the front, and to be the full height of the chamber and a minimum width of 25� each. Floor The floor shall be made of sturdy materials and supports to allow a person to walk on the floor. The chamber shall be assembled to directly sit on the laboratory floor. The chamber will not need wheels or legs. Mannequin A mannequin shall be supplied to support the weight of the robotic arm, and arm movements with the average size of US health worker (e.g.: 42) A mechanism such as a harnessing system shall be supplied for securing the mannequin to the floor platform. A mannequin should have a head, torso, a dummy arm (left or right, depending on the robotic arm position), and legs at least knee above, and could be attached a raised sturdy platform from the chamber floor to have the realistic human height, if not full-size legs are not used. Elevator and Fluid Container An automated elevator shall be used to rise the fluid container in order to soak the robotic arm for a certain amount of time period.� The elevator shall be controlled by the same computer system as robotic arm within the same movement protocol. The elevator shall be operated with 120V electric supply and electrical systems shall be protected from water. The elevator should be developed from study and strong water resisted material (aluminum or steel) and shall be able to bare minimum of 50 pounds of weight. A fluid container shall be used to soak the robotic arm in and should be water resistant. The fluid container should be placed on top of the elevator. It could be attached to the elevator (a drainage valve needed in that case) or could be placed on the elevator platform in a secure fashion without getting effected from the elevator movement. User Interface User interface can be an executable that can run on any Windows machine without involving other software Electrical Outlets The chamber will need 120V electrical receptacles mounted inside the chamber to power robotic arm and elevator. Delivery/Assembly/Set-Up/Installation The awardee will deliver, assemble, set-up, and install the chamber at the interested location. Materials wider than 33� will not fit through the majority of doors, thus much of the assembly may need to be done onside. Warranty A one-year warranty on parts and labor is required. Responsible sources that believe they possess the expertise and capabilities identified above are encouraged to submit to the �Contracting Officer within 15 days from the posting date of this notice, their written capabilities statement and pricing information in the format they choose, not to exceed 10 pages.� Please forward the capability statement and pricing information to Dwight Favors, Contract Specialist, Reference RFQ 211-2021-53752, Centers for Disease Control, NIOSH, ATTN:� Dwight Favors, MS: C-4, 1090 Tusculum Avenue, Cincinnati, OH 45226, dyf3@cdc.gov .� All vendors must be registered in the System for Award Management (SAM) prior to an award of a federal contract.� The website is:� www.sam.gov The Government will review any/all capabilities statements and pricing information submitted and determine if other qualified sources do exist that could provide this requirement.� Information received in response to this announcement will be used solely for the purpose of determining whether to conduct a competitive procurement. If no affirmative responses are received within 15 days, in accordance with FAR 5.102, a solicitation will be issued to Johns Hopkins University, 11100 Johns Hopkins Rd., Laurel, MD 20723-6005, as the only source and a contract will be issued without any additional notices being posted.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c77268b3eb464d8fae255464c6bfc1b8/view)
- Place of Performance
- Address: Pittsburgh, PA 15236, USA
- Zip Code: 15236
- Country: USA
- Zip Code: 15236
- Record
- SN06013251-F 20210528/210526230111 (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 |