Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
MODIFICATION

66 -- ROBOTIC GANTRY SYSTEM

Notice Date
9/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1TBBB0228A001
 
Archive Date
10/6/2010
 
Point of Contact
Darrell I. Coleman, Phone: 8508820257, Jeff Bennett, Phone: 8508820277
 
E-Mail Address
darrell.coleman@eglin.af.mil, jeff.bennett@eglin.af.mil
(darrell.coleman@eglin.af.mil, jeff.bennett@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Armament Center AAC/PKOB, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a Robotic Gantry System. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1TBBB0228A001. The North American Industry Classification System (NAICS) code for this acquisition is 333923 with a size standard of 500 employees. Please identify your business size in your response based upon this standard. According to FAR 52.219-6, Notice of Total Small Business Set-Aside, a 100% Small Business Set-Aside will be used. The technical requirements on the item are as follows: A requirement exists for a system for the purpose of moving sensors and test equipment about through a workspace in 6 degrees-of-freedom. This system is to be configured based on descriptions and details listed in the requirement section below. The application in which this platform will be used is described as follows: 1) The system shall consist of linear actuators arranged to provide 3 translational degrees-of-freedom (X, Y, and Z axes, with Z being vertical), and a rotational stage capable of providing 3 rotational degrees-of-freedom (yaw, pitch, and roll). 2) The system shall be designed and built to fit in a room with dimensions of 5.2 meters by 4.8 meters and a ceiling height of 3.2 meters. 3) The system shall be as large as possible to fit within the available space. Each linear axis shall have position repeatability to within 0.1 millimeters, a maximum attainable speed of 1 meter per second, and a maximum attainable acceleration of 5 meters per second per second. 4) A rotational stage is to be mounted at the end of the Z axis to provide continuous rotation about the yaw axis, +/- 90 degrees of rotation about the pitch axis, and +/- 90 degrees about the roll axis. 5) Each rotational axis shall have a maximum attainable rotational speed of 200 degrees per second and a maximum attainable acceleration of 250 degrees per second per second. 6) A mounting base shall be attached to the rotational system to allow for custom fixtures to be attached. The system shall have a maximum payload capacity of 10 kilograms. 7) A Galil motion control system shall be used to allow for custom programming of each axis and custom coordination of all of the axes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-36. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capability is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.204-10, Reporting Subcontract Awards; • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-8, Utilization of Small Business Concerns; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-99, Notification Of Employee Rights Under the National Labor Relations Act; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.247-34 FOB Destination 52.233-2, Service of Protest; 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I ;( Jul 95), 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), 52.252-2 Clauses Incorporated by Reference; (FEB 98), this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05), 252-232.7003, Electronic Submission of Payment Report, (JAN 04), 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote is at the discretion of the offeror. Send all packages to AAC/PKOB Attn: Darrell I Coleman by facsimile to (850) 882-9442 or email at darrell.coleman@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1TBBB0228A001/listing.html)
 
Place of Performance
Address: 308 WEST D AVENUE, EGLIN AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02280741-W 20100916/100914235503-dfe5c235699edf2d14de000d452cad6c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.