Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOURCES SOUGHT

13 -- EOD Robotic Platform and Attachments - Attachment 1 for Sources Sought

Notice Date
12/15/2016
 
Notice Type
Sources Sought
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-17-R-4000
 
Archive Date
1/31/2017
 
Point of Contact
Nathan R. McMillen, Phone: 8508820263, CARRIE W EASTBURN, Phone: 8508820245
 
E-Mail Address
nathan.mcmillen@us.af.mil, carrie.eastburn@us.af.mil
(nathan.mcmillen@us.af.mil, carrie.eastburn@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 for Sources Sought SOURCES SOUGHT/REQUEST FOR INFORMATION **Notice to Offeror(s)/Supplier(s). Funds are not presently available for this requirement. The Government reserves the right to cancel this sources sought/request for information, either before or after the closing date. In the event the Government cancels this sought/request for information, the Government has no obligation to reimburse an offeror for any costs.** The Department of Defense (DoD), United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Division, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing a robotic platform with the following minimum characteristics: GENERAL SPECIFICATIONS: • Platform dimensions MUST NOT exceed the following: o Maximum weight of 13,000 lbs. without attachments or other modifications; o Maximum overall height of 85 inches with boom in stowed position; o Maximum width of 63 inches with outriggers in the fully up position; and o Maximum length of 170 inches with boom in stowed position. • Maximum sound level no greater than 100db; • Water-cooled diesel fueled engine rated at a minimum of 90 hp; • 24 Volts DC electrical system with a 110 Volts AC accessory line at end of boom; • Platform must operate independently from any umbilical, cable, leash or other tethered means. • Must be propelled on continuous tracks system: o Continuous tracks must be a minimum of 12 inches wide and constructed of rubber-based material with no exposed metal surface; o Must be capable of a transit speed range of a minimum of 1.5 mph and a maximum of 2.5 mph while on hard pack dirt; and o Must be capable of traversing soft sand and climbing/departure angle of 30 degrees. • Must have four (4) hydraulically activated outriggers to aid stability; • Platform MUST meet the following minimum hydraulic system requirements: o System capacity of 34 Gallons • Platform must have a minimum 3,000 psi to end of boom hydraulic lines to provide hydraulic power to tool attachments • Platform must have two sets of independently controlled auxiliary hydraulic lines with quick disconnect fittings at boom end PERFORMANCE SPECIFICATIONS: • Platform must have a single boom meeting the following minimum requirements: o Capable of rotating 360 degrees with outriggers fully extended to support the chassis; o Capable of lifting a 1,200 lb. load at full boom extension and 5,000 lb. load within 5 feet of chassis; o Capable of reaching downward to 13.5 feet to facilitate excavator operations; and o Must be capable of powering work tool attachments by providing a standard hydraulic flow rate of at least 30 gallon per minute. • The platform must be interoperable with the following work tool attachments in order to perform the required functions: o Minimum of an 8 cubic foot excavation bucket; o Hydraulic concrete breaker capable of reaching 1,000 blows per minute at least 770 foot pounds; o Hydraulic metal shears with:  Minimum jaw opening of 9 inches,  Capable of rotating 360 degrees, and  Capable of cutting through 2 inches of solid round steel. o Multi-purpose grapple capable of the following:  Moving a 2,000 lb. load for 50 meters,  Must have a minimum opening range of at least 55 inches, and  Must have a minimum load capacity of 2,204 lb. o Two hydraulically powered manipulator arms. Arms are to be contractor mounted on a releasable hitch at end of boom work tool attachment point and connected to platform's hydraulic system. These arms:  Must have a lift capacity of at least 200 lbs. each at full extension, Must have a gripper on each arm capable of rotating 360 degrees, must be capable of applying at least 100 foot lbs. in clockwise/counterclockwise direction, and the gripper must be able to grip 3/4 inch diameter T-handles,  Must receive hydraulic and electrical power by platform,  Must be mounted 36 inches apart, shoulder to shoulder,  Must have 6 axis of articulation plus gripper,  Must have high fidelity force feedback,  Must be able to integrate with customer's existing Kraft Operator Control Station (OCS). ADDITIONAL REQUIREMENTS: • Platform must be capable of integrating the existing Government owned Esteem radio package (model number 195ED-2) working on 902.928 MHZ frequency to provide 1-2 mile remote Radio Frequency (RF) operation. The Government will provide the radio package to the contractor for installation of the Government owned radio package. • Platform must be capable of integrating Government owned video cameras (Moog Quickset GeminEye, model number GVS-S11XXN-MWS). The Government will provide the cameras to the contractor upon contract award. The Government will provide the installation quantities and placement of the cameras in any subsequently issued solicitation. The contractor shall install the Government owned cameras. The contractor shall provide and include all necessary installation components such as: cables, mounts, brackets, control enclosures, and other parts as necessary to complete installation. • The contractor shall coordinate and provide initial operation and maintenance training to the Government at contractor facilities and follow-on training session(s) at Eglin AFB, FL. The number of Government personnel to be trained and additional training detail requirements will be provided in any subsequently issued solicitation. Alternative solutions to the requirements listed above will be considered, but will be scrutinized by subject matter experts to ensure the viability of the proposed solution. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 333999, All Other Miscellaneous General Purpose Machinery Manufacturing, PSC 1385, SURFACE EXPLOSIVE ORD DISPOSAL TOOL, with a size standard of 500 persons. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Any information submitted by respondents to this sources sought notice is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted and if it will be issued as restricted or unrestricted. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide the requirements stated in this notice. This notice includes the above, required Government specifications in the Government provided, attached Excel spreadsheet file named, "SS Att 1 EOD Robot Specs". Interested vendors shall input their company name into cell C1, and provide their input in Column C of the specifications of the equipment that would be offered for each row. Responses shall include the completed spreadsheet (SS Att 1 EOD Robot Specs). Small Business Concerns responses shall include information to identify how the small business intends to meet the full requirement as the prime contractor by providing any supporting information, such as subcontracting plans, teaming plans, or any other pertinent information. Additional information including business size status in relation to the size standard and the business socio-economic status shall not exceed five (5) pages. All correspondence sent via email shall contain a subject line that reads "EOD Robot". If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. QUESTIONS. Questions concerning this notice shall be received through email by nathan.mcmillen@us.af.mil, keith.wilson.10@us.af.mil,and carrie.eastburn@us.af.mil not later than 9:00 A.M, Central Time (CT)on Tuesday, January 3, 2017. RESPONSE SUBMISSION. Responses shall be received electronically through email no later than 10:00 A.M CT on Monday, January 16, 2017by nathan.mcmillen@us.af.mil, keith.wilson.10@us.af.mil, and carrie.eastburn@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f1c9b2bffa3d3c7304284823c203c57)
 
Place of Performance
Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04352322-W 20161217/161215234034-1f1c9b2bffa3d3c7304284823c203c57 (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.