Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

36 -- RC-60 Robotic Platform System

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-FA8678-06-P-RC60
 
Response Due
8/11/2006
 
Archive Date
8/26/2006
 
Description
SYNOPSIS OF THE RC-60 ROBOTIC PLATFORM SYSTEM The Air Armament Center, 688th Armament Systems Squadron (688 ARSS/PK), Eglin AFB, FL, intends to award a sole source, commercial, Firm Fixed Price contract to Applied Research Associates (ARA), 4300 San Mateo Blvd NE, Suite B300, Albuquerque, NM 87110-1229, for the delivery of 1 each RC-60 Robotic Platform System. This contract action will support the Airborne Explosive Ordnance Disposal (EOD)mission project to test this platform for consideration as a replacement for the Air Force (AF)EOD Airborne All-Purpose Remote Transport System (ARTS). The platform is required to support the target of Full Operational Capability (FOC) by March 2008. Although the existing Airborne ARTS configuration has adequately supported the Airborne EOD Initial Operational Capability (IOC), it is proving to be too heavy and cumbersome to support the Airborne EOD mission, and needs to be replaced with a lighter-weight, durable and suitable robotics platform. Along with the ASV RC-60 Posi-Track surface loader, this system includes the following: the NG-500 Universal Operator Control system (UOCS), the Modular Robotic Control System (MRCS), Digital Video Radios, a Rear Mounted IR camera, Loader Arms, a Pallet Fork, a 4 in 1 bucket, a Zoom camera with pan/tilt, a Weight kit, Lift/Tiedown points, a Vehicle Attitude indicator, a Vehicle CG identification, a Robotic Arm with Gripper, and a Spare Parts kit. The RC-60 robotics platform system will be tested using real-world scenarios to determine whether it can perform the required ARTS tasks. Performance parameters include, but are not limited to, air/ground transportability, ability to deploy a suite of designated specialized EOD tools, wireless remote control and system mobility. Airborne sling-load and airdrop testing will be performed in coordination with the US Army?s Airborne Operational Test Directorate, Ft Bragg, NC. Since the size and weight are reduced by approximately 50% over the ARTS and provide enhanced robotic handling/control characteristics, this robotics platform is an excellent replacement candidate. The ARA/Vertek Division designed and manufactured the robotics platform system for the commercially available RC-60 from ASV, Inc. Due to its proprietary ownership of the MRCS, as well as ARTS, ARA is uniquely capable of meeting this Government requirement. The Government intends to solicit and negotiate with only one source under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). This notice serves as the notice of proposed contract action. The delivery requirement is approximately 6 mos. after receipt of order (ARO). This is not a request for competitive proposals and no solicitation is available. All interested parties must respond in writing with clear and convincing evidence to support their ability to provide this capability within thirty calendar days of this publication. A determination by the Government not to compete this action based upon responses received is solely within the discretion of the Government. For contracting questions, please contact E. Chris Asbill, Contracting Officer, at (850) 883-3519, email: ellen.asbill@eglin.af.mil or Deborah A. Lee, Contract Specialist, at (850) 883-3525, email: deborah.lee@eglin.af.mil. For technical issues, please contact the Program Manager, 1Lt Carmen Sowers at (850) 883-3557, email: carmen.sowers@eglin.af.mil. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Colonel Joseph A. Lanni, AAC/CV, at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495; his phone number is (850) 882-0662.
 
Place of Performance
Address: Applied Research Associates (ARA), 4300 San Mateo Blvd NE, Suite B300,, Albuquerque, NM
Zip Code: 87110-1229
Country: UNITED STATES
 
Record
SN01087303-W 20060714/060712220704 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.