Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
SOLICITATION NOTICE

36 -- Robotic Assembly Cell

Notice Date
1/10/2012
 
Notice Type
Presolicitation
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893612R0064
 
Response Due
1/25/2012
 
Archive Date
1/25/2013
 
Point of Contact
Steven Shultz 760 939-8895 Lea Ann Davis 760 939-8197
 
E-Mail Address
Steven Shultz
(Steven.shultz@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) China Lake, CA intends to procure a Robotic Assembly Cell. This procurement is a 100% small business set-aside. For proposal purposes, the offeror must request a non-disclosure agreement (NDA) from Steven Shultz at steven.shultz@navy.mil. Upon reciept of the NDA, the Government will provide control actuator drawings, product nomenclature and assembly requirements required for proposal purposes and the demonstration noted below. The Robotice Assembly Cell specifications are as follows: Robot Cell Footprint: 240" x 144" x144" (maximum) Payload (wrist): 5(kg) Reach: 850(mm) Repeatability: +/.03 (mm) 6 Axis Motion Range (degrees): J1 340 J2 230 J3 370 J4 380 J5 240 J6 720 Power Requirements: 200-230 VAC All axes shall be equipped with mechanical brakes and robots shall have the ability to flip over backwards. Controls Digital Output Controls: 24 (minimum) Digital Input Controls: 24 (minimum) Ladder Logic, inputs, outputs, programs and set-up shall be performed/accessible via teach pendant. The control shall have a built-in 2D camera interface and shall support vision, force-sensing, singularity, and collision detection. Controls shall have I/O link capability (slave or master). The Robotic Cell shall include a minimum of three (3) electro servo-driven robots. All robots must be vision equipped. Components such as end of arm tooling, work holding devices, screw feeders, dispensers, and presses must be able to be configured to accommodate new and recurring assemblies. Processes included will be pick and place, dispensing, force-sensing, screw feeding, and vision identification/verification. Robot internal firmware shall be included and encompass collision detection, vision, force-sensing and safety zone verification at a minimum. The robotic cell shall have a safety enclosure. All robotic components including safety barriers, e-stops and enclosures shall be compliant with ISO 10218-1:2011. The cell shall have the capability for product staging in order to produce a minimum of twenty units per cycle. The offeror shall integrate three (3) robotic arms into an electronic controller that must be configurable to assemble the Government supplied control actuator kits into fully assembled control actuators. The Government furnished control actuator kits shall be provided within ten (10) business days of contract award. Additionally, the cell shall have the capability to reconfigure the control panel for additional assembly needs. Demonstration: Prior to acceptance, the offeror shall successfully produce up to ten (10) fully assembled control actuators at the offeror's facility, in accordance with the technical data package and instructions. The actuators will be inspected by a Government representative at the offeror ™s facility at least fifteen (15) days prior to shipment of the Robotic Cell Assembly. Should the offeror not satisfactorily demonstrate production of the fully assembled actuators, the offeror will be given the opportunity to cure any and all deficiencies within thirty (30) days of the demonstration. Delivery: The Robotic Cell Assembly Cell shall be delivered within 180 days of contract award. Training: The offeror shall provide operation and programming training of two Government employees for a maximum of four (4) days at the destination Government facility, concurrent with the time of installation. Installation shall occur within ten (10) business days of delivery of the Robotic Cell Assembly. The Robotic Assembly Cell will be inspected by a Government representative at the Government's facility. Acceptance of the Robotic Assembly Cell is contingent upon the successful demonstration of up to ten (10) fully assembled control actuators; delivery of the Robotic Assembly Cell to the Government ™s facility; installation of the Robotic Assembly Cell at the Government's facility; and training. Specific information to include detailed specifications shall be included in Solicitation N68936-12-R-0064 to be issued and posted on the Navy Electronic Commerce Online website at http://www.neco.navy.mil and the FEDBIZOPPS website at http://www.fbo.gov/ on or about March 1, 2011, to close 30 days after the Request for Proposal issue date. Delivery requirements shall be F.O.B. Destination China Lake, CA. Estimated award is May 2012. All responsible sources may submit a written quotation which shall be considered by the agency. All responses shall be submitted in writing to the Naval Air Warfare Center Weapons Division, Code 210000D, Attn: S. Shultz, 429 E. Bowen Road Mail Stop 4015, China Lake, CA 93555-6108. All responsible sources must be registered in the Central Contractor Registration (CCR) database at the following website: https://www.ccr.dlis.dla.mi;/ccr/scripts/index.html. In accordance with FAR 4.1201, prospective contractors shall complete electronic annual representations and certifications via the Online Representations and Certifications Application (ORCA at: http://orca.bpn.gov in conjunction with required registration in the CCR database.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893612R0064/listing.html)
 
Record
SN02651527-W 20120112/120110234116-fb25a4b6f1ed96d0f0ebe3a949d3e329 (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.