Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

66 -- Robotic Arm

Notice Date
7/29/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0872
 
Response Due
8/10/2005
 
Point of Contact
Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884, - Patrick Staines, Contract Specialist, Phone (301)975-6335, Fax (301)975-8884,
 
E-Mail Address
carol.wood@nist.gov, Patrick.Staines@nist.gov
 
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 WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible parties may submit a quote. The National Institute of Standards & Technology has a requirement for a programmable, articulated 6-axis robotic arm on a 4-meter track (Total 7-axis of movement) with integrated tables. This is an integral component to a planned Automated High Throughput Measurement System. The system will consist of the articulated robot and multiple analytical instruments. The initial instrument configuration will consist of (4) Fourier Transform Infrared Spectrometers, (2) UV-Vis Spectrometers, and (1) NIST developed Glossmeter. Since the system is expandable, additional instruments can be added a later date. The robotic arm is the “controller” that determines which instrument a sample is analyzed by and in what order. Its purpose is to identify the sample, retrieve it from a sample rack, insert it into the proper instrument and then retrieve it when the analysis is finished. All interested parties shall provide a quote for the following line item: LINE ITEM 0001: Quantity 1 each, Articulated Robotic System on a 4 meter track with integrated tables. The system shall meet all of the following required specifications: (1) ROBOTIC ARM AND TRACK CONFIGURATION: (a) ROBOTIC ARM, ARTICULATED SIX DEGREES OF FREEDOM: (i) Reach (no gripper): 710mm; (ii) Reach (std. gripper): 863mm; (iii) Robotic arm repeatability: plus or minus 0.05 mm; (iv) Payload (nominal): 3kg; (v) Absolute encoders in each joint: (1) retain homing and position information on shutdown; (2) position data is stored for up to eight weeks; (vi) Amplifiers embedded inside the robot arm: (1) minimizes electromagnetic interference; (vii) End-of-arm connections: (1) double-acting pneumatic solenoid; (2) servo gripper connector; (3) optional end of arm I/O connector provides (4 opto-isolated inputs and 4 opto-isolated outputs) (b) 4 METER CONTINUOUS TRACK (ADDS AN ADDITIONAL DEGREE OF FREEDOM) (i) Programmable speeds: 0.01 m/s to 0.8 m/s; (ii) Acceleration: 3 m/s squared; (iii) Repeatability: 0.08 mm; (c) DRIVE: (i) All digital built-in servo control; (ii) Brushless servo motors built into the robotic arm: (1) Improve heat flow characteristics; (2) Decreases the overall size of the arm. (d) TRANSMISSION: (i) Harmonic drives: (1) High speed reduction ratio; (2) Free of backlash (lost motion); (3) High precision. (2) CONTROLLER: (a) Dedicated communicate network for robot, sensors and other devices: (i) Required to minimize external wiring; (b) Multitasking robot/work cell controller capable of running over 30 processes simultaneously; (c) Open architecture software design to facilitate integration with third party options; (d) Required Hardware Features: (i) Dual high-speed 32-bit processors; (ii) Memory; (iii) 1MB Flash memory for firmware storage; (iv) 512 KB battery-backed SRAM for variables; (v) 3 RS232 ports at up to 115.2 kbaud; (vi) 1 Analog Input; (vii) Standard 16 digital inputs and 16 digital outputs (12 opto-isolated, 4 relay); (viii) Power: 50/60 Hz, 115VAC or 230VAC; (iv) 19 inch rack-mount compact controller chassis; (x) Programmable back-lit LCD display on front panel. (3) SYSTEM REQUIREMENTS: (a) Motion modes: (i) joint space; (ii) Cartesian space; (iii) Blended motion; (iv) Straight line interpolation; (b) Safety: (i) UL1740, CE, CSA certified; (ii) Built-in E-Stop circuitry; (iii) Comprehensive failure detection including: (1) AC/DC failure detection; (2) Collision detection; (3) Runaway detection; (4) Amplifier health detection; (c) Weight, less than 45.5kg /100lbs; (d) Power Requirement - 100/115/230 VAC 60Hz; (e) 10 degrees C to 40 degrees C Operating temperature. (4) SOFTWARE REQUIREMENTS: (a) ActiveX components for object oriented programming; (b) Ability to query the status of the robot system, including position, I/O. (c) Ability to set up an interface to PC-based automation peripherals such as vision systems or fieldbuss I/O modules; (d) Robotic control language that can be used with Visual Basic, Visual C++, Delphi, National Instrument Labview or any other Microsoft COM based language; (e) Operating system, Windows XP Professional (5) A HAND-HELD ROBOT CONTROL TERMINAL THAT PROVIDES A CONVENIENT MEANS TO MOVE THE ROBOT, TEACH LOCATIONS, AND RUN ROBOT PROGRAMS (I.E. TEACH PENDANT) (a) Features: (i) Four-line 20-character LCD display; (ii) 45-key keypad; (iii) Live-man switch; (iv) Emergency stop (e-stop) button. (6) SERVO GRIPPER (a) Specifications: (i) Average Cycle Time (closed to open) 1.23 seconds; (ii) Holding Force (max) 3.75 KgF; (iii) Stroke: 65 mm; (iv) Resolution: 0.34 mm; (v) Repeatability: plus or minus 0.58 mm; (vi) Accuracy: plus or minus 2.98 mm; (vii) Gauging Repeatability: plus or minus 0.46 mm; (viii) Gauging Accuracy: plus or minus 2.70 mm; (ix) Operating Temperature: 10 to 40 degrees C; (x) Power Consumption: 4.8 W; (xi) Weight (excluding fingers): 0.69 Kg; (xii) Operating Voltage 24 V peak; (b) Gripper control modes: servo gripper must operate in two distinct control modes: (i) user can open or close the gripper fingers with a precise amount of force, but gives you no control over position, (i.e. force mode); (ii) user can accurately position the gripper fingers but you cannot control the amount of force (i.e. position mode). (7) TABLES: (a) Chemically-resistant Trespa Athlon or similar table tops; (b) Integrated multiple power outlets, with GFI protection Power circuit; (c) Table tops can be lowered up to 15.25 mm (6 in.) to position instruments for mover or robot access; (d) Can be connected to allow a continuous, level horizontal surface, integrated with the 4 meter track (Top of track is level with the table top). (i) Overall dimensions (102 inches, 4 meters x 92 inches, 2.3 meters (e) Mobility: (i) casters (ii) levelers (iii) must fit through a 42 inch doorway and a 5 foot x 7 foot elevator. Delivery shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery shall be completed in accordance with the Contractor’s commercial schedule. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by an evaluation of documentation submitted in accord with this solicitation; (2) Has a satisfactory record of past performance based on information obtained from references; and (3) Quotes the lowest price. Determination that the product quoted meets all required technical specifications shall be based on information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Past Performance will be evaluated to determine the overall quality of the product and service provided. Evaluation of Past Performance will be based on information given by references and/or the quoter’s recent and relevant procurement history with NIST or its’ affiliates. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors — Commercial; and 52.212-3, Offeror Representations and Certifications — Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications — Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 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 including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its’ offer); (7) 52.219-8, Utilization of Small Business Concerns; (10) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its’ offer); (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor—Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (21) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; (24) 52.225-3, Buy American Act—Free Trade Agreement—Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (27) 52.225-15, Sanctioned European Union Country End Products; and (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) originals of technical description and/or product literature; (3) A list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:00 p.m. local time on August 10, 2005. E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. THE SUCCESSFUL QUOTER MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD. REFERENCE WWW.CCR.GOV FOR DETAILS. REFUSAL TO REGISTER SHALL FORFEIT AWARD OF A PURCHASE ORDER. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/SB1341-05-Q-0872/listing.html)
 
Place of Performance
Address: Contractor's Site
 
Record
SN00894539-F 20050915/050913213727 (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.