Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOURCES SOUGHT

66 -- Intelligent and Automated Construction Job Site Testbed Sensor Network

Notice Date
4/17/2009
 
Notice Type
Sources Sought
 
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, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-09-SS39
 
Archive Date
5/19/2009
 
Point of Contact
Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
The NIST Construction Metrology and Automation Group requires a Sensor Network to support experiments in the Intelligent and Automated Construction Job Site (IACJS) testbed. The IACJS testbed will enable standardized, repeatable testing and evaluation of new construction methods, processes, and information and automation technologies. It will employ modular packages of sensing, communication, control, and simulation equipment. For example, the testbed environment will include the ability to measure the position and orientation of construction personnel, equipment, and components with relatively tight tolerances and to integrate that information with outside applications or virtual simulations. Capturing such performance information is a critical step in the process of developing the enabling measurement science for Breakthrough Improvements in Construction Productivity. After results of this market research are obtained and analyzed and specifications are developed for an IACJS Sensor Network that can meet NIST's minimum requirements, NIST may conduct a competitive procurement and subsequently award a Purchase Order. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. This contemplated procurement is anticipated to utilize Recovery Act Funding if it is determined that responsible sources can satisfy the requirement. To support these described capabilities an IACJS Sensor Network will be developed and installed within the IACJS Testbed. The Sensor Network will comprise six commercial items. These include: (1)A large-scale, real-time, laser pseudolite-based tracking system providing sub-centimeter position uncertainty of multiple receivers simultaneously. (2)A network of passive high-resolution 2D cameras with calibrated spatial positions (a.k.a. Calibrated Camera Network) and orientations that provides centimeter-level 3D position uncertainty for real-time tracking of personnel, equipment, or materials down to a brick-sized object at a 20 m range. (3)A 6-DOF laser tracker system to enable sub-millimeter, real-time tracking of the position and orientation of construction equipment, components, and robots, which can be used as ground truth for static and dynamic performance testing. (4)An elevated platform (i.e., stage truss) that provides a stable structure for positioning sensors along elevated perimeter points around the testbed. Perimeter dimensions are 15 m x 16 m. The truss is expected to be hard-mounted to the concrete wall of the IACJS testbed lab at an elevation of approximately 7 m. A 6-DOF moving platform for mounting sensors and targets that allows sub-centimeter level static and dynamic positioning within a large working volume (e.g., 10 m x 10 m x 5 m). The platform is expected to be a variant of the NIST RoboCrane (likely TETRA configuration; reference the following MEL website: http://www.isd.mel.nist.gov/projects/robocrane/) (5) The 6-DOF robotic platform will enable performance evaluation of sensing and control algorithms for automated construction component placement. The platform will also provide repeatable movements for evaluating the real-time performance of localization systems used to track personnel, equipment, and materials, and to study automated placement of construction components. The platform will have to grasp, transport, and place a steel beam (~ 450 kg). (6)A command center at which sensors and equipment can be controlled and sensor data collected, processed, analyzed, visualized, and archived. The command center will also allow all testbed activities to be monitored and recorded. Expectations are that this will be an integrated system of high performance computers and recording peripherals. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Submissions from sources for individual components or complete system integrators are welcome. Small businesses are defined under the associated NAICS code for this effort, 334516, as those domestic sources having 500 employees or less. Please include your company’s size classification in any response to this notice. Companies that manufacture these types of systems are requested to email a detailed report describing their abilities to todd.hill@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are sent to todd.hill@nist.gov are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e30ed8575b63b3834acc5a37cb2dd23&tab=core&_cview=1)
 
Place of Performance
Address: NIST, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01796672-W 20090419/090417221711-0e30ed8575b63b3834acc5a37cb2dd23 (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.