Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOLICITATION NOTICE

J -- Robotics Automation System Repairs

Notice Date
3/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
MSHA-001-ROBOT
 
Archive Date
5/5/2010
 
Point of Contact
Jo D. Scott,
 
E-Mail Address
scott.jo@dol.gov
(scott.jo@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Labor, Mine Safety and Health Administration (MSHA) is seeking a vendor to correct a critical design flaw in a robotics automation system currently in use in the Dust Section of MSHA's National Mine Air and Dust Laboratory, located in Mount Hope, West Virginia. This laboratory analyzes mine air samples for the presence of poisonous and/or explosive gases, and coal mine dust samples for total incombustible content (TIC), particle size, the presence and degree of coked material, and silica content. This is the agency's sole facility that performs the TIC analysis, and this test is done for all MSHA coal districts nationwide. Robotics automation systems are utilized in the dust laboratory to automate the analysis process, reduce the personnel and costs associated wit the testing, and keep up with the ever-increasing sample load. The robotics automation system in question utilizes an ABB IRB 140 Industrial robot purchased from Fidelis Automation Incorporated, formerly of Mansfield, Ohio. Unfortunately, Fidelis Automation is no longer in business and this work must be done by another vendor. SCOPE & DESCRIPTION OF WORK 1. The robotics system utilizes an ABB IRB 140 Industrial Robot with Motor Type-B. The Serial Number of this robot is 14M-50230, and the date of manufacture is 5/17/2005. It is a six-axis, electric servo-driven robot with a custom three-position End of Arm Tool (EOAT). This custom EOAT provides a gripper to locate and pick up 10-ml glass test tubes containing prepared dust samples; a second gripper to lift, move and place porcelain crucibles; and a third gripper to lift, move and place stainless steel trays designed to hold twenty-five (25) sample crucibles. The design flaw in question is with this third sample tray gripper. It has proven to be ineffective in handling the weight of the crucible trays, maintaining the precise tolerances of the various tray positions and providing dependable, consistent functioning during the analysis process. 2. Vendor will evaluate the current EOAT to analyze the design and functional problems and to prepare proposals for possible solutions. Digital photographs and initial system design diagrams may be provided to the interested vendors, but a site visit to observe the system is strongly recommended. 3. Vendor will provide proposals to correct the problems with the current EOAT which may include, but is not limited to, one or more of the following solutions: (a) re-designing and re-fitting the current EOAT to perform the tasks needed; (b) designing, fabricating, testing and installing a new EOAT on the existing robot; (c) modifying or re-designing the sixteen (16) stainless steel crucible trays utilized by this EOAT; or (d) a combination of the previous options. 4. Vendor will provided an on-site service technician to install the new or re-designed hardware, teach the new robot positions, provide technical assistance to MSHA lab personnel and ensure the proper operation of the new or re-designed EOAT. VENDOR RESPONSIBILITIES 1. Assign a dedicated agent or employee to oversee the planning and implementation of the repairs and reprogramming. 2. Submit design drawings for review and approval before proceeding with detail drawings, materials purchases, or equipment build or alteration. If changes are requested by the Purchaser at the approval stage, Vendor will review the changes and respond within five (5) business days by stating in writing what effect, if any, such changes will have on the terms of the Purchase Order agreement. If changes are accepted, and amended Purchase Order must be agreed upon by both parties. 3. Provide all parts and labor necessary to achieve the goals of this solicitation and resolve the issues with the robotics system. 4. Provide electronic or paper copies of all documentation associated with the project. This includes, but is not limited to, all design drawings, parts lists and detailed assembly drawings. 5. Provide a minimum of one (1) year warranty on all work performed under this Purchase Order. Vendor is not responsible for other components or processes of the system, or for the accuracy of the data produced, but must guarantee the new EOAT hardware functionality and associated programming necessary to utilize the new EOAT hardware. 6. Adhere to federal government regulations regarding travel and hotel expenses, daily meal allowances and work day schedules. 7. Repair work shall be completed as soon as possible to expedite the return to service of the dust robotics system. Target completed of the contracted work should be within 6-8 weeks after receipt of the signed Purchase Order (ARO). PURCHASER'S RESPONSIBILITIES 1. Provide utility and control access to the robotics system as required by the Vendor. 2. Provide existing cell components to the Vendor as needed. These may include crucible trays, crucible tray racks, empty crucibles, test tube racks, empty test tubes, dust samples for testing, or other system-related items. THIS ACQUISITION IS A SET-ASIDE FOR TOTAL SMALL BUSINESSES. Offerors are requested to submit any proposal questions regarding this solicitation within five (5) business days (March 26, 2010) after the issue date in Federal Business Opportunity (FBO). Questions shall be submitted via e-mail to Contracting Officer, Jo D. Scott at scott.jo@dol.gov in MS Word Office 2003 compatible files. The Font size should be at least a 10 point. NOTE: No Vista or Zip files should be submitted. Questions submitted after March 26, 2010 may not be answered prior to the due date for receipt of proposals. NO TELEPHONE CALLS WILL BE ACCEPTED. The government will make every reasonable effort to provide written answers to all offerors questions within 10 (ten business days of the last day for submission of questions. Evaluation criteria in order of importance includes: 1) Technical Capability; 2) Past Performance and 3) Price. Award will be made based on the best value for the government. Technical capabilities should include experience with the ABB IRB 140 robotics automation system's design or similar product. Vendors with knowledge of this robotics automation system will be given greater consideration. Past performance should include references of similar work done. Entire submission should be no more than 10 pages in length. REGISTRATION IN THE CCR IS MANDATORY. EIN & DUNS NUMBERS MUST BE SUBMITTED WITH PROPOSAL. A SITE VISIT TO OBSERVE THE SYSTEM IS STRONGLY RECOMMENDED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/MSHA-001-ROBOT/listing.html)
 
Place of Performance
Address: 1301 Airport Road, Beaver, West Virginia, 25813, United States
Zip Code: 25813
 
Record
SN02094804-W 20100319/100317234808-651256239d5de811680059c873171807 (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.