Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

35 -- Robotic Arms with Controllers

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area, Kearneysville, WV, 2217 WILTSHIRE ROAD, KEARNEYSVILLE, West Virginia, 25430, United States
 
ZIP Code
25430
 
Solicitation Number
AG349BS10AG10
 
Archive Date
9/16/2010
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number AG349BS100610 is being issued as a request for quotation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-43. This requirement is unrestricted for NAICS 333999. Offerors are responsible for following and complying with this entire combined synopsis/solicitation. Submission of quotations shall be in accordance with the instructions identified under Item (A.3) listed below and include completion of Items a through f. SCOPE OF WORK - The USDA requires two Robot Arms with Controllers be furnished and delivered F.O.B. Destination to the USDA, Appalachian Fruit Research Station, in Kearneysville, West Virginia 25430 in accordance with the terms, conditions, and specifications contained in this document. Required delivery date is 90 days after award. System provided must be a complete working system meeting the following specifications. Both units shall be constructed of all new materials. Refurbished units are unacceptable. (A.1) SCHEDULE OF ITEMS - Furnish and deliver two Robot Arm and Controller Systems in accordance with the following: Line Item 01 - Small Robot Arm and Controller System, Quantity = 1 each Robot Arm Specifications - a. 6 Degrees of Freedom; b. Power requirement is 120 VAC, 60 Hz or 3-phase, 220 VAC +- 10%, 60 Hz; c. Horizontal Reach: between 930mm and 1000 mm to mounting face, between 850mm and 1000mm reach to P point; d. Payload greater than 4 kg and less than 10 kg; e. Absolute encoder for position detection; f. Position repeatability in each of the X, Y, Z, directions: less than +- 0.04mm; g. Braking on 5 or more joints; h. Cycle time less than or equal to 0.6 sec. With 1 kg payload; i. Floor mount model; j. Less than 120 pounds. Robot Controller Specifications: a. I/O external communication must have a minimum of one RS-232 line, one Ethernet line, and two USB lines; b. Minimum two extension slots; c. Controller must be PC-based; d. Error codes must be provided in English; e. Must send commands and queries to the robot arm via any of the external interfaces; f. Software for communicating with the robot via a programming language must be provided; g. Method for sending commands and queries to the robot via any of the external interfaces must be the same as Line Item 02 Controller; h. Programming language for communicating with the robot must be same as Line Item 02 Controller. Robot Accessories Specifications: a. Teach Pendant; b. All I/O cables necessary for operation of the arm; c. Calibration tool; d. Documentation for robot and controller must be provided in English; e. Minimum one year warranty to include all parts, travel and labor with a 3-business day response time guarantee. Line Item 02 - Large Robot Arm and Controller System, Quantity = 1 each Robot Arm Specifications: a. 6 Degrees of Freedom; b. Power requirement is 120 VAC, 60 Hz or 3-phase, 220 VAC +- 10%, 60 Hz; c. Horizontal Reach: between 1200mm and 1500 mm to mounting face, between 1200mm and 1400mm reach to P point; d. Payload greater than 7 kg; e. Absolute encoder for position detection; f. Position repeatability in each of the X, Y, Z, directions: less than +- 0.09mm; g. Braking on 5 or more joints; h. Cycle time less than or equal to 1 second with 5 kg payload; i. Floor mount model; j. Less than 200 lbs; Robot Controller Specifications: a. I/O external communication must have minimum of one RS-232 line, one Ethernet line, and two USB lines; b. Minimum of two extension slots; c. Controller must be PC-based; d. Error codes must be provided in English; e. Must send commands and queries to the robot arm via any of the external interfaces; f. Software for communicating with the robot via a programming language must be provided. g. Method for sending commands and queries to the robot via any of the external interfaces must be the same as Line Item 01 Controller; h. Programming language for communicating with the robot must be same as Line Item 01 Controller. Robot Accessories Specifications: a. Teach Pendant; b. All I/O cables necessary for operation of the arm; c. Calibration tool; d. Documentation for robot and controller must be provided in English. e. Minimum one year warranty to include all parts, travel and labor with a 3-business day response time guarantee. Line Item 03 - Installation and Training: a. Installation must be completed within 90 days of delivery and must comply with all Federal and State Regulations; b. On-site Operation and Recalibration Training for a maximum of four people in Kearneysville, WV to be completed within 30 days of Installation.. (A.2) SHIPMENT - Shipment shall be FOB Destination and shall be delivered between the hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, to USDA-AFRS, 2217 Wiltshire Road, Kearneysville, WV 25430. (A.3) *** INSTRUCTIONS FOR SUBMISSION OF QUOTATION *** QUOTATIONS MUST BE SUBMITTED IN WRITING TO THE ATTENTION OF: Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. AND SHALL BE RECEIVED PRIOR TO: 3:00 P.M. (EST) September 1, 2010 and must include all of the following specified under (a) through (f): NOTICE: QUOTATIONS SENT BY FAXSIMILE OR ELECTRONIC MAIL (E-MAIL) ARE NOT ACCEPTABLE, WILL BE CONSIDERED NON-RESPONSIVE, AND WILL BE REJECTED. OFFERORS SHALL COMPLETE AND SUBMIT ALL OF THE FOLLOWING: (a) Submit Quotation for all Line Items specified under (A.1) Schedule of Items to include quantity proposed and total dollar amount per line item. The cost proposed must include all charges associated with delivery of the proposed line items, FOB Destination, Kearneysville, WV 25430. (b) Submit Descriptive Literature of product(s) proposed. (c) Submit Two Past Performance References with contact information for two recent contracts (within past three years) of contracts similar to the scope of this requirement. (d) Submit Statement certifying that offeror has completed registration in the Central Contractors Database in accordance with FAR 52.204-7 Central Contractor Registration. By submission of a quote, the offeror acknowledges the requirement that the prospective awardee shall be registered in the CCR database (http://www.ccr.gov) prior to award, during performance, and through final payment of any contract resulting from this solicitation. (e) Submit Statement certifying completion of the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. By submission of a quote, the offeror acknowledges that the representations and certifications currently posted electronically are current, accurate, complete, and applicable to the NAICS 333999 as of the date of this offer. Reference FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. (f) Submit Statement indicating acceptance or non-acceptance of payment by Government Visa Credit Card. (A.4) The following FAR provisions and clauses apply to this acquisition and are available in full text at: http://www.arnet.gov 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 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 Alt I, Restrictions on Subcontractor Sales to the Government; (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; (21) 52.222-3, Convict Labor; (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies; (22) 52.222-21, Prohibition of Segregated Facilities; (23) 52.222-26, Equal Opportunity; (24) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (25) 52.222-36, Affirmative Action for Workers with Disabilities; (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (34) 52.225-13 -- Restrictions on Certain Foreign Purchases; (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; (41) 52.232-36 Payment by Third Party; 52.214-34 Submission of Offers in the English Language; 52.214-35 Submission of Offers in U.S. Currency; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-17 Government Delay of Work; 52.247.21 Contractor Liability for Personal Injury and/or Property Damage; 52.247-34 F.o.b. Destination. (A.5) EVALUATION CRITERIA - - The Government contemplates award of one order resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government, price and other factors considered. (A.6) ADDITIONAL INFORMATION - - Questions by Interested Parties shall be submitted by electronic mail or facsimile to the attention of: Contracting Officer - Solicitation number AG349BS100215 to: Electronic mail: tim.smearman@ars.usda.gov or facsimile: 304-728-7182.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NAA-AFRS/AG349BS10AG10/listing.html)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN02250806-W 20100825/100823234924-f9247888bf9a357ae78272f89940f332 (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.