SOLICITATION NOTICE
36 -- ROBOTIC PLATFORM
- Notice Date
- 3/23/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-04-T-0400
- Response Due
- 4/2/2004
- Archive Date
- 6/1/2004
- Point of Contact
- Brenda Fletcher, 410-278-0876
- E-Mail Address
-
Email your questions to ACA, Aberdeen Proving Ground
(brenda.j.fletcher@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-04-T-0400. A robotic platform that the Army recommends as the lightweight platform for Future Combat Systems. PACBOT is the prototyp e system that the FCS(Future Combat Systems) SUGV(Small Unmanned Ground Vehicle) program is being based off. This robot is required to insure continued research and development compatibility with technologies used with the FSC concept. This robot is used for research and development of unmanned chemical detection system. The chassis shall be compact size for easy transport and the ability to operate in confined spaces such as narrow passageways or airplane aisles. Height 16 in height with arm in stowed po sition, Width 16 inch wide with flippers off, 20 inch flippers on Length 27inch with flippers stowed. 53lbs in weight including batteries and fiber optic communications payload. Lightweight allows for one-man carry and ability to position into difficult to access locations. Side and rear handles for ease of carry. Tracked vehicle with ability to maneuver over rocks, sand, gravel, snow, mud, etc. Low cost easily replaceable tracks. Up to 5 mph driving speed to maneuver and get down range quickly Stair cli mbing capability up to 43-degree climb angle Dual, 360deg continuous rotation flippers that allow RCV to grip stairs and easily get over obstacles up to 10 in height. Flipper velocity up to 100deg/sec rotation to reposition quickly. Flippers can be remov ed with no tool operation. Ability to rotate in a space a narrower than its length. Ability to operate in all weather. Onboard hardened electronics including Mobile Pentium PC, 256MB SDRAM, Compact Flash Storage, PCMCIA Slots, temperature sensor, magnet ometers, accelerometers, inclinometer, compass Ability to support up to 8 additional payloads, each with access to USB, Ethernet, Power and Video/Audio signals, for easy future expansion Battery Endurance of 2-12 hours depending on mission profile, up to 6 +mi travel.Dual Communicationcapability RF with fully digital 2.4GHz and Fiber Optic.Intelligent Fiber Optical Spooler, with 600ft of cabling, automatic payout and rewind Continuous electronic shielding/bonding and no exposed wires to reduce EMI. System ca n be operational out of shipping containers in less than 3 minutes for rapid deployment. The manipulator shall be 80 inch length allowing for long reach under automobiles or into overhead bins on airplanes 8 independent Degrees of Freedom (DOF) including Continuous Shoulder rotation, 160deg Shoulder pivot, two 270 deg Elbow pivots giving arm flexibility to reach in challenging spots such as through car window and down under seat. Fully sealed design with no exposed wires for all weather operation and minim al catch points. Safety critical firing circuit utilizing physical digital key for security. Capable of initiating electroexplosive devices in a secure manner.Universal mount system on arm to allow for support for multiple disrupters Powerful Gripper with continuous rotation and an opening to 180 deg to be able to grip a wide range of objects. Easily interchangeable gripper fingers allow for quick change over to perform new tasks. The Video System shall have 4 low light CCD color cameras on RCV to provide operator excellent situational awareness. Surveillance Camera mounted on end of arm with continuous pan and 290deg tilt. Color CCD with 300x zoom, auto focus, image stabilize and low light capabilities. Wide-angle drive camera mounted on base of unit wit h multiple positions, allowing for forward, rear, downward views with the ability to view arm positions. 2 Color cameras mounted in the arm to provide view end of arm from 2nd elbow, allowing for maneuvering in tight situations. Variable-intensity LEDs mounted at each camera location to provide operation in low light. Surveillance camera has both wide and narrow focused LED arrays for enhanced depth of field. The Operator Control Unit sahll be 18 x14.6 x18.5 inch portable all inclusive control unit Fully sealed design that supports open operation in all weather including pouring rain Rugged, hardened case with shock absorbing bumpers. Withstands 1?????? onto an y surface (except antennas) 15 inch Daylight Readable, 1000 nits TFT Screen for day/night operation Fire control panel with LED feedback and Powerful Pentium Processor with 128MB RAM, 30GB removable hard drive. Two batteries bays supporting no tool batter y change over. Batteries used are interchangeable with RCV for simplified logistics. Allows for hot swap of batteries for continuous filed operation. Additional sealed connector that supports 28V DC input to power unit Membrane keyboard with integral mous e and two multi-degree of freedom controllers for easy operation of arm. Additional membrane keypad with buttons for quick control of frequent used functions. Handle and strap for easy carrying Comprehensive, easy-to learn software. Key features include: Multi-image display with full screen option, 3D active model of vehicle, Simple Gauge display of battery life, remaining, fiber length available, Image capture capability, Power-saving sleep mode, Multiple speed ranges, Multiple pre-set manipulator positi ons. Sealed connectors allowing access to Auxiliary USB, Ethernet, video output. Acceptance shall be at Destination. Shipping shall be FOB Destination. Delivery shall be to the U.S. Army, Aberdeen Proving Ground, MD 21010. The provision at 52.212-1, I nstructions to Offerors--Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right t o make an award without discussions. Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and DFARS 252.212-7000, Offeror Representation and Certification with its offer. The cl ause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The fol lowing additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone S mall Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), FAR 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); FAR 52.222-19 Child Labor-Cooperation with Authoritie s and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action For Workers with Disabi lities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), DFAR 252.204-7004 Required Central Contractor Registration, DFAR252.243-7001 Pricing of Contract Modifications, DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items. The full text o f the FAR references may be accessed electronically at this address: http://farsite.hill.af.mil, http://www.arnet.gov/far, and http://www.dtic.mil/dfars. Responses to this RFQ must be signed, dated, and received via electronic mail or fax by April 02 2004 no later than 3:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Brenda Fletcher), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to awa rd will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Brenda Fletcher, Contract Specialist via fax (410) 278-0900, or via email brenda. j.fletcher@us.army.mil.
- Place of Performance
- Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
- Zip Code: 21005-3013
- Country: US
- Zip Code: 21005-3013
- Record
- SN00552421-W 20040325/040323211953 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |