Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOLICITATION NOTICE

66 -- Universal Robots UR3e robotic arm

Notice Date
7/6/2020 7:11:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333249 — Other Industrial Machinery Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NB777030-20-02796
 
Response Due
7/18/2020 5:00:00 AM
 
Archive Date
07/20/2020
 
Point of Contact
Prateema E. Carvajal, Phone: 3019754390, Monica Brown, Phone: 3019750642
 
E-Mail Address
prateema.carvajal@nist.gov, monica.brown@nist.gov
(prateema.carvajal@nist.gov, monica.brown@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6- STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION UNDER FAR PART 13. Background Information: The National Cybersecurity Center of Excellence (NCCoE) is a center within the Applied Cybersecurity Division. It has a mission to address real-world cybersecurity challenges by developing collaborative testbeds with industry, academia and other government agencies to demonstrate solutions to cybersecurity challenges. This purchase requirement is in support of a manufacturing testbed to address cybersecurity challenges in the Industrial Internet of Things (IIoT).� The associated North American Industrial Classification System (NAICS) code for this procurement is 333249, Other Industrial Manufacturing with a small business size standard of 500 Employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06. This solicitation is being competed 100% small business set aside. This is a Brand Name Only requirement to purchase an Universal Robots (UR) UR3e robotic arm for the Industrial Control Cybersecurity testbed project in ISD. � This requirement will duplicate a UR3e robotic arm currently in use in the Intelligent Systems Division lab within EL. � Using the same robot as the one in Intelligent Systems Division of EL enables experimentation to go on in both locations addressing different aspects of the problems of IIoT in a consistent manner.� Using the same robot as the one in EL enables experimentation to go on in both locations addressing different aspects of the problems of IIoT in a consistent manner. It also allows for reuse of programming and other work done in EL. Using a different robot would preclude consistency with EL reducing the effectiveness of the results and requiring the NCCoE duplicate programming work for the new robot arm that has already been done in EL for the UR robot arm. This would be a waste of resources and lengthen the project schedule. �effort on programming with no benefit to NIST Duplicating work done in the EL laboratory in the NCCoE to make the project effective would be a waste of resources and slow the schedule for this project.� This arm is necessary to a project addressing the cybersecurity of the Industrial Internet of Things (IIoT). This project specifically addresses cybersecurity at the factory floor. NIST has a mission to support the widespread adoption of more effective cybersecurity controls and the NCCoE develops testbeds to support that mission. NIST also has a mission to enhance manufacturing capabilities in the U.S. This procurement is in support of a research project that addresses both missions and the robotic arm in this PR will be critical to the research testbed under development in the NCCoE. SCHEDULE OF REQUIRED ITEMS: The contractor shall provide the item(s) as described in the following Contract Line Item Number (CLIN) structure: CLIN 0001: 1 each, Universal Robots UR3e robotic arm that shall include Robot controller Operator Pendant � �CLIN 0002: �1 Each, End effectors, P/N GRIPKIT-E Series IEG 55-020 � �CLIN 0003- 1 each, Mounting flanges� Must meet or exceed the minimally required specifications: Robot Capabilities Specification Criteria�� �Requirement Degrees of freedom�� �? 6 Payload�� �? 4 kg Repeatability�� �? � 0.03 mm Reach�� �? 500 mm, ? 600 mm Joint rotation�� �? 360 degrees, all joints Physical Size Specification Criteria�� �Requirement Portability�� �Robot weight must not exceed 20 kg. Interaction�� �Robot must be physically capable of moving items from table level (0 mm) to fixtures located 275 mm above the table.� Collaboration�� �Robot must be physically capable of completing its actions within proximity of a second robot without collision. The robots are spaced 600 mm apart (from the robot center point). The maximum working volume for a robot during typical operations is 750 mm wide by 820 mm deep by 750 mm high.� Safety Specification Criteria�� �Requirement Limiting safety-related functions�� �Joint position, joint speed, TCP position, and TCP speed. Standards compliance�� �Robot must comply with ISO standards for robot safety, specifically ISO 10218-1:2011 and ISO 13849:2008.� Electrical Power Specification Criteria�� �Requirement Supply Voltage�� �120 VAC 50-60 Hz Supply Current�� �< 15 A Controller Specification Criteria�� �Requirement Quantity�� �One controller per robot.� Controller-to-robot cable length�� �? 5 m Teach Pendant�� �Required for teaching and programming.� Controller-to-pendant cable length�� �? 3 m Path execution�� �Must provide capability to perform path execution. Interface Specification Criteria�� �Requirement PC Connectivity�� �Communications with an external PC for logging of robot data via USB or network communications.� Network Connectivity�� �100BASE-TX Ethernet interface. Industrial Protocols�� �Modbus TCP (server and slave) must be provided at time of delivery. Must include ability to communicate over other industry standard communication protocols (e.g., FieldBUS, Ethernet/IP, DeviceNET, raw TCP/IP).� Physical I/O (controller and robot)�� �? 8x digital inputs, ? 8x digital outputs (12/24 VDC) Considering the specifications above and the need to maintain consistency with the ISD laboratory setup, the Universal Robots UR3e robotic arm would integrate well into the existing NCCoE manufacturing lab and provide the needed capabilities for the planned work.� ? The specifications for the end effector are as follows: Capabilities Specification Criteria�� �Requirement Mounting�� �Must mount directly to the robot tool flange without modification to the end effector or flange.� Actuation type�� �Servo-electric. Parallel. Two actuators.� Power supply�� �Must be powered by low voltage (e.g., 5/12/24 VDC) as provided by the robot controller. Operation�� �Must be actuated by I/O signals or communications buses generated by the robot controller.� Stroke (per finger)�� �? 10 mm, ? 15 mm, linear. Payload�� �? 1 kg (with form-fitting fingers.) Force feedback�� �Must provide digital feedback of gripping force.� Fingers�� �None. Fingers to be provided and installed by NIST. The end effector must provide at least two (2) tapped holes (per finger) to permanently attach the custom fingers.� Physical size�� �Length of the end effector (excluding fingers) perpendicular to the robot tool flange mounting surface must not exceed 60 mm. Considering the specifications above and the need to maintain consistency with the EL ISD lab, the GRIPKIT-E Series IEG 55-020 end effector would provide the necessary capabilities. Specific emphasis was placed on the physical size and actuation of the IEG 55-020. The specifications for the mounting flange are as follows: Physical Specifications� Specifications Criteria�� �Requirement Connection to workcell�� �The mounting flange must allow for fastening to a standard optical table with a grid of M6-tapped holes spaced at 25 mm intervals on center. Four holes to be provided and all holes must be accessible after the robot had been mounted to the flange. Connection to robot�� �The mounting flange must be compatible with the mounting holes provided on the robot base.� Flange thickness�� �? 10 mm Support under load�� �The mounting flange must not mechanically deform when the arm is at full extension and carrying the maximum rated payload.� Delivery and Installation The delivery of the robotic arm and ancillary components to the NCCoE testbed in 60 days ARO. Installation instructions must be provided by vendor. Delivery and shipping costs must be included in the procurement. All components will be inspected for defects and damage before installation.� Testing and Acceptance All components will be tested functional per the specifications before official receipt of acceptance. Testing will be performed by NIST personnel. � Warranty Three (3) year warranty on parts and labor. Given the nature of the repair, repairs may be performed on-site, or the robot may be shipped back to the company for repair. Upgrades must be provided for the life of the product, including firmware and software upgrades free for download from the technical website. � PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. All Commerce Acquisition Regulations (CAR) clauses may be viewed at http://farsite.hill.af.mil/VFCARA.HTM Provisions: 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items FAR Clauses: 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-Commercial Items including subparagraphs: 52.203-18�� �Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation. �52.204-10�� � � Reporting Executive compensation and first-Tier Subcontract Awards 52.209-6�� � � Protecting the Governments Interest when Subcontracting with contractors � � � � � � � � � � � � � � � � Debarred � 52.219-6�� � � � �Notice of Total Small Business 52.219-28�� �Post Award Small Business Program Re-representation; 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 52.222-36�� �Equal Opportunity for Workers with Disabilities; 52.222-50 52.223-18 52.225-1 �� �� �Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving Buy American� 52.225-13�� �Restriction on Certain Foreign Purchases; 52.232-33�� �Payment by Electronic Funds Transfer-System for Award Management Commerce Acquisition Regulations (CAR) Clauses: 1352.201-70, Contracting Officer's Authority 1352.209-73, Compliance With the Laws 1352.209-74, Organizational Conflict of Interest 1352.215-72, Inquiries � Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than 8:00 AM EST, July 10, 2019. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Requests shall include complete company name, address, telephone and e-mail address. FAX AND OR PHONE REQUESTS ARE NOT AUTHORIZED AND WILL NOT BE ACCEPTED. 1352.233-70, Agency Protests (APR 2010) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999). Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATT: �MONICA JOHNSON, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) 1352.233-71, GAO and Court of Federal Claims Protests (APR 2010) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office � of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, NW. Washington, DC 20230 FAX: (202) 482-5858. (End of clause) NIST Local Clause_54 Electronic Billing NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted shall include the following: Contract number; Contractor name and address; Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); Date of invoice; Invoice number; Amount of invoice and cumulative amount invoiced to-date; Contract Line Item Number (CLIN); Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; Prompt payment discount terms, if offered; and Any other information or documentation required by the contract. (End of clause) Addendum to Far 52.212-1, Quotation Preparation Instructions: Price Quotation- The Offeror shall propose a firm-fixed-price for the CLINs identified � in the Schedule of Required Items. Technical Quotation- Offerors shall provide sufficient documentation to demonstrate that all requirements of the Schedule of Required Items have been complied with. All offerors shall provide documentation to certify that they are authorized resellers or distributors of the product(s) they are proposing or are the Manufacturer. Award will not be made to any offeror without the requested documentation. All offerors shall submit the information/documentation required by the provisions in this solicitation. Quotation Evaluation: The Government intends to award a purchase order resulting from this solicitation to the lowest price, technically acceptable Offeror. To be technically acceptable, the quotation must clearly demonstrate compliance with the requirements. The Government will evaluate quotations based on the following evaluation criteria: (1) Technical Capability and (2) Price. Technical Capability An offeror�s failure to quote all of the products/services listed above may be considered indicative of the offeror�s lack of understanding of the Government�s requirements and may result in the offer being determined unacceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. An evaluation of Technically Acceptable / Non-Acceptable will be assigned upon completion of the technical quotation evaluation. Offerors who fail to provide sufficient information (e.g. documentation, specifications, etc.) that clearly demonstrates an ability to meet the Government�s technical specifications will be considered non-acceptable. If an evaluation of Non-Acceptable is received, the Offeror will not be considered for Award. All offerors must be authorized to sell and service the products they are proposing to the Government, by the original manufacturer(OEM) certified engineers or technicians. Price Price will be evaluated for reasonableness. Your company is encouraged to discount its rates. If price discounts are offered, identify the percentage of price discount and/or price reduction offered. Acceptance of terms and conditions (addendum to FAR 52.212-1(b)(11): �This is a Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that shall include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR The offeror shall state ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government shall accept the quoted price. However, the terms and conditions stated herein shall be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. The Government does not intend to enter into discussion and may award a purchase order on the basis of initial offers received, without discussions. Therefore, each initial quotation shall contain the offeror�s best terms. Nonetheless, the Government reserves the right to conduct discussions if it is in the best interest of the Government. � Due Date and Response Information Offerors capable of furnishing the specified repair in this combined synopsis/solicitation should submit their quote in writing to: Prateema Carvajal electronically at prateema.carvajal@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than July 18, 2020, 8:00 am, EST. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c91716a0f844a02ae560c11589b5a4c/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN05712458-F 20200708/200706230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.