Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2004 FBO #1063
SOLICITATION NOTICE

66 -- HEAVY PAYLOAD ROBOT ARM AND CONTROLLER

Notice Date
10/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Stennis Space Center, MS, 39529-5004
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-05-R-JR01
 
Response Due
11/12/2004
 
Archive Date
10/21/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation, N00173-05-R- JR01, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-25 and DFARS Change Notice 20040930. The associated NAICS code is 336414 and the small business size standard is 1000 employees. NRL has a requirement for one Heavy Payload Robot Arm and one Robot Controller for use in NRL's dual-platform Proximity Operations Testbed facility. This system will be used for applied research in spacecraft-to-spacecraft docking and contact dynamics, and will operate in a room temperature laboratory environment. The robot arm shall provide six degrees of freedom at its endplate (3 translations and 3 rotations), and must be capable of operating in an inverted orientation (ceiling mounted). The robot arm shall meet the following specifications- (1) Axes: 6; (2) Payload Mass: 350kg; (3) Wrist Moment: 200 kgf-m; (4) Maximum Reach: greater than 2.5m; (5) Angular Motion Range: 360 degrees about the base; (6) Repeatability: 0.3mm; (7) Mounting Method: Floor or Ceiling; (8) Mechanical Brakes: All axes; (9) Operating Temperature: 0 to 45 degrees C. The robot controller shall be capable of operating the arm in real time environment at an update rate greater than 10 Hz. The robot controller shall meet the following specifications- (1) Controlled Axes: 6; (2) Teach Pendant: Multifunctional Window Display; (3) Host Communications: Ethernet-based; (4) Real Time Control: greater than 10Hz update rate; (5) Operating Temperature: 0 to 45 degrees C. INSTALLATION: The contractor shall provide a minimum of one day on site assistance for installation and system training. DOCUMENTATION: The contractor shall provide standard technical and operation and maintenance manuals for both robot arm and controller. All applicable software for effective operation of the robot arm and controller shall also be provided. WARRANTY: The contractor shall provide a standard commercial warranty against all parts and labor. Delivery and acceptance is at NRL, Washington, D.C. 20375, FOB Destination. Delivery shall be no later than 28 February 2005. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror proposing the lowest price for the items that have been determined to comply with the requirements of the specifications and solicitation. The proposal must demonstrate an understanding of the requirement and the ability to meet the specifications. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications-Commercial Items., which are identified as B and available electronically at : http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222.37, 52.232-33. The DFARs clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3, 252.225-7012, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023.The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and two copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Record
SN00698165-W 20041024/041022212200 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.