SOLICITATION NOTICE
70 -- ROBOTIC ARM
- Notice Date
- 5/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 332710
— Machine Shops
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
- ZIP Code
- 94035-1000
- Solicitation Number
- NNA0508776Q
- Response Due
- 5/19/2005
- Archive Date
- 5/5/2006
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ); quotes are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for the purchase of one (1) robotic arm according to the specifications outlined below. The resulting order from this solicitation will be Firm Fixed Price. A. BACKGROUND SUMMARY NASA Ames Research Center (ARC) is developing an experimental robotic manipulation testbed to research and develop autonomy software for dexterous manipulation in the performance of assembly and maintenance tasks. This testbed requires the use of a robotic arm with specifications including: laterally repositionable fingers, a six-axis force torque feedback at the wrist and fingers with associated controller software, and a data acquisition card suitable for an Intel-based Windows/Linux PC with a PCI bus. The complete list of specifications for the robotic arm is provided below. B. SPECIFICATIONS 1. Arm and Gripper Weight of Arm and Controller: 10 kg or less Maximum Payload: 3 kg or more Degrees of Freedom: 7 Payload to Weight Ratio: 30% or more Length of Reach: 1 meter or more Gripper: 3 or more fingers, 2 of which have 180 degrees synchronous lateral mobility, and strain gauges in all fingers Motors: Brushless DC Power: Less than 500 W Maximum Speed Per Joint: 50 degrees/second or more Positional Accuracy: Repeatable 1 mm or less Type of Control: Position, force, speed, acceleration Forward and Inverse Kinematics Models in Source Code: Available Controller Source Code (Windows and Linux): Available 2. System Robotic arm with cabling and digital encoders Coupling to force torque wrist sensor Coupling to hand (gripper) Gripper Force torque sensors for fingers with cabling 16 bit DAQ card for force torque sensors for PCI bus in PC Arm controller (e.g. CAN BUS) Power supply Windows and Linux source code in C/C++ Delivery to NASA ARC is required within 12 weeks upon receipt of order. Delivery shall be FOB Destination. The offeror shall provide a delivery schedule for all components for the one robotic arm. The government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provision and clauses in the RFQ are those in effect through FAC 05-03. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 332710 and 500 employees, respectively. The offeror shall state their size status for this procurement in their offer. All responsible sources may submit an offer, which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by May 19, 2005 @ 3 pm PST to Steven Yee by any of the following: mailed to at Ames Research Center, Mail Stop 227-4, Moffett Field, CA 94035-1000, emailed to Steven.M.Yee@nasa.gov or fax to 650-604-3020 and must include, solicitation number, FOB destination to Ames Research Center, Moffett Field, CA, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged, but not required, to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (APR 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Alternate I (October 1995) of 52.203-6, 52.219-6, Alternate II (Mar 2004) of 52.219-6, 52.219.14 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far The following NASA FAR Supplement Clauses (NFS) are applicable: 1852.204-74, 1852.215-84 (Insert: Lewis Braxton 650-604-5068) and 1852.223-72. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm The following ARC unique clauses are incorporated in full text as follows: (LIMITED) RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION (CBI) (ARC 52.203-91)(JUL 2001) (a) NASA may find it necessary to release information submitted by the Contractor, either in response to this solicitation or pursuant to the provisions of this contract, to individuals not employed by NASA. Business information that would ordinarily be entitled to confidential treatment may be included in the information released to these individuals. Accordingly, by submission of this proposal, or signature on this contract or other contracts, the Contractor hereby consents to a limited release of its confidential business information (CBI). (b) Possible circumstances where the Agency may release the Contractor's CBI include, but are not limited to, the following: (1) To other Agency contractors and subcontractors, and their employees tasked with assisting the Agency in handling and processing information and documents in the evaluation, the award or the administration of Agency contracts, such as providing both preaward and post award audit support and specialized technical support to NASA?s technical evaluation panels; (2) To NASA contractors and subcontractors, and their employees engaged in information systems analysis, development, operation, and maintenance, including performing data processing and management functions for the Agency. (c) NASA recognizes its obligation to protect the contractor from competitive harm that could result from the release of such information to a competitor. Except where otherwise provided by law, NASA will permit the limited release of CBI under subparagraphs (1) or (2) only pursuant to non-disclosure agreements signed by the assisting contractor or subcontractor, and their individual employees who may require access to the CBI to perform the assisting contract. (d) NASA?s responsibilities under the Freedom of Information Act are not affected by this clause. (e) The Contractor agrees to include this clause, including this paragraph (e), in all subcontracts at all levels awarded pursuant to this contract that require the furnishing of confidential business information by the subcontractor. (END OF CLAUSE) SUBMISSION OF INVOICES--FIXED PRICE (ARC 52.232-93) (MAR 2001) (a) Invoices shall be submitted to the Accounting Operations Branch, M/S 203-18, Ames Research Center, Moffett Field, CA 94035-1000, in quadruplicate (an original and three copies). (b) Reporting Requirements under Taxpayer Relief Act of 1997 (1) The Taxpayer Relief Act of 1997, enacted August 5, 1997, requires Federal executive agencies to file information returns (i.e., Form 1099-MISC) for payment of $600 or more to corporations for services. Payments for services under certain confidential or classified contracts that meet the requirements of Internal Revenue Code Section 6050M(e) are excluded from the reporting requirements. This change became effective as of January 1, 1997. (2) In order to comply with the Act, the contractor shall separately subtotal taxable services and nontaxable materials and supplies on each invoice. If subtotals are not specified on the invoices, the Government will presume that the entire invoice amount is reportable and will be shown on the Form 1099-MISC generated by NASA and provided to the contractor and the Internal Revenue Service. (c) Invoices shall denote the numerical sequence of the invoice, and shall include the contract number, delivery order number (if any), Taxpayer Identification Number (TIN#), Banking Information for Electronic Funds Transfer (EFT), contract line item number(s), description of supplies or services, quantities, unit prices, and extended totals. If shipped on Government Bill of Lading, indicate Bill of Lading number and weight of shipment. (d) This contract 0 does 1 does not provide for partial payments. If applicable, payments will be made in accordance with the following schedule: (END OF CLAUSE) Offerors must be registered in the Central Contractor Registration (CCR). Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. All contractual and technical questions must be emailed to Steven Yee at Steven.M.Yee@nasa.gov or 650-604-3020, not later than May 19, 2005. Telephone of faxed questions will not be accepted. Selection and award will be made to the offeror whose offer will be most advantageous to the Government, with consideration given to the factors of technical (meeting specifications and delivery lead time), past performance, and price. Unless otherwise stated in the solicitation, for selection purposes, technical, past performance and price are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs link below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#115403)
- Record
- SN00801908-W 20050507/050505212335 (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 |