Robot Arm with Advanced Force Control Capabilities
CLASSIFICATION CODE: TITLE: Robot Arm with Advanced Force Control Capabilities RESPONSE DATE: March 20, 2019 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Keith Bubar, Contracting... CLASSIFICATION CODE: TITLE: Robot Arm with Advanced Force Control Capabilities RESPONSE DATE: March 20, 2019 CONTACT POINTS: Brian Jamieson, Contract Specialist, (301)975-8276 Keith Bubar, Contracting Officer, (301) 975-8329 ________________________________________ 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 Grasping, Manipulation, and Contact Safety Performance of Robotic Systems Project is tasked to provide performance metrics, test methods and associated measurement tools to support next-generation robot systems having human-like dexterity and force control characteristics that enable tactual-based safe human collaboration and manufacturing tasks. The robot must be equipped with advanced torque sensing and compliance control capabilities. The robot must be equipped with advanced force control features including gravity compensation and compliance control, teaching via hand guiding and external interfaces to support the following program areas: • Validation of new measurement science that will gauge the ability of a robot to perform advanced assembly tasks. • Develop collaborative manipulation strategies for human-robot assembly operations • Validation of new measurement science to gauge the performance of grasping for universal robotic hands addressing both hand manipulator kinematics as well as grasp algorithms. • Measurement science and standards development in support of emerging robot safety standards that support human-robot collaboration. The robot will be used to validate the design of measurement devices and develop test procedures in support of the Power and Force Limiting portion of collaborative robot operation. • Validation on performance measures for robot arms on mobile platforms. 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) 2005-101. This solicitation is being competed under full and open competition. SCHEDULE OF REQUIRED ITEMS: The contractor shall provide the items as described in the following Contract Line Item Number (CLIN) structure: CLIN 0001: Description: The contractor shall provide a Robot Arm that meets or exceeds the minimally required specifications detailed in the "SPECIFICATIONS" section of this solicitation. Quantity: One (1) Delivery: See "SPECIFICATIONS" section. Total price shall include cost of delivery. SPECIFICATIONS: The robot arm shall have the following specified capabilities: 1. Payload over work volume: ? 3 KG 2. Robot arm weight: ? 22 KG 3. Maximum Reach: ? 600 mm 4. Number of joints:, 7 5. Robot Repeatability: ± 0.1 mm (ISO 9283) 6. Intrinsic force control using torque sensing in all joints providing the following capabilities: a. Compliance control (stiffness, impedance control) b. Gravity compensation c. Hand guiding d. Teaching via hand guiding 7. Mounting flange: DIN ISO 9409-1-A50 8. Power requirements: 110 VAC 9. Low level bi-directional controller interface, Robot Operating System (ROS) SHIPPING AND DELIVERY: Shipping is contractor's responsibility. Delivery within one month of award. INSTALLATION: No installation requirements INSPECTION AND ACCEPTANCE: NIST will verify operation within three weeks of delivery. WARRANTY: The contractor shall provide it standard warranty, one-year minimum, to start on date of delivery. TRAINING: Not applicable MAINTENANCE: Not applicable 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: 52.212-1, 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: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive compensation and first-Tier Subcontract Awards 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 Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging While Driving 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 12:00 pm EST, August 20, 2018. 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) (a) 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). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Keith Bubar, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) 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 (d) 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. (e) 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) 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. (b) 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. (c) 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: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (End of clause) Addendum to Far 52.212-1, Quotation Preparation Instructions: 1. Price Quotation- The Offeror shall propose a firm-fixed-price for the CLINs identified in the Schedule of Required Items. 2. 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. 3. 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. 1. 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. 2. 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. 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: Brian Jamieson electronically at brian.jamieson@nist.gov. FAX quotations shall not be accepted. Offerors shall submit their quotations so that NIST receives them not later than March 20, 2019, 10:00 am, EST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »