Universal Robots (UR) UR3 robotic arms
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... 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 Intelligent System Division (ISD) develops, advances, and deploys measurement science and standards to speed development, adoption, and integration of leading-edge intelligent technologies to advance U.S. manufacturing. 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) 2019-03. This solicitation is being competed 100% small business set aside. This is a Brand Name Only requirement to purchase two Universal Robots (UR) UR3 robotic arms for the Industrial Control Cybersecurity testbed project in ISD. The mission of the Cybersecurity for Smart Manufacturing Systems (CSMS) testbed is to develop methods for testing various Industrial Control System security related standards. The two robotic arms will upgrade the existing testbed with robots and controllers typically found in industrial manufacturing environments, increasing the testbed's industry-relevance and need to be compatible with the existing testbed infrastructure and environment. Procuring a different brand of robot (that meets the specifications) would require retraining of CSMS staff to properly install, configure, and program the robots, potentially requiring off-site travel to a training facility, further project expense, and lost time. Existing operator safety systems in-use at NIST for the UR brand of robots would have to be redesigned to properly integrate with a different brand of robots (other NIST EL projects have already designed, installed, and validated operator safety systems). Programs and measurement systems already developed for the UR brand of robots by other NIST EL labs would be incompatible with another brand of robot, further increasing lost time due to redevelopment of the systems. SCHEDULE OF REQUIRED ITEMS: The contractor shall provide the item(s) as described in the following Contract Line Item Number (CLIN) structure: CLIN 0001: 2 each, Universal Robots UR3e robotic arms that shall include o Robot controller o Operator Pendant CLIN 0002: 2 Each, End effectors, P/N GRIPKIT-E Series IEG 55-020 CLIN 0003- 2 each, Mounting flanges Must meet or exceed the minimally required specifications: 1. 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 2. Physical Size Specification Criteria Requirement Portability Robot weight shall not exceed 20 kg. Interaction Robot shall be physically capable of moving items from table level (0 mm) to fixtures located 275 mm above the table. Collaboration Robot shall 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. 3. Safety Specification Criteria Requirement Limiting safety-related functions Joint position, joint speed, TCP position, and TCP speed. Standards compliance Robot shall comply with ISO standards for robot safety, specifically ISO 10218-1:2011 and ISO 13849:2008. 4. Electrical Power Specification Criteria Requirement Supply Voltage 120 VAC 50-60 Hz Supply Current < 15 A 5. 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 Shall provide capability to perform path execution. 6. 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) shall be provided at time of delivery. Shall 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) Minimum specifications for the end effector are as follows: 1. Capabilities Specification Criteria Requirement Mounting Shall mount directly to the robot tool flange without modification to the end effector or flange. Actuation type Servo-electric. Parallel. Two actuators. Power supply Shall be powered by low voltage (e.g., 5/12/24 VDC) as provided by the robot controller. Operation Shall 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 Shall provide digital feedback of gripping force. Fingers None. Fingers to be provided and installed by NIST. The end effector shall 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 shall not exceed 60 mm. Minimum specifications for the mounting flange are as follows: 1. Physical Specifications Specification Criteria Requirement Connection to workcell The mounting flange shall 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 shall be accessible after the robot had been mounted to the flange. Connection to robot The mounting flange shall be compatible with the mounting holes provided on the robot base. Flange thickness ? 10 mm Support under load The mounting flange shall not mechanically deform when the arm is at full extension and carrying the maximum rated payload. Delivery and Installation The delivery of the (2) robotic arms and ancillary components to the CSMS testbed in 60 days ARO. Installation instructions shall be provided by vendor. Delivery and shipping costs shall 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 shall 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: 52.212-1, 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) (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 ATT: TIFFANY JOHNSON, 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: 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 15, 2019, 8:00 am, EST.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »