SOLICITATION NOTICE
36 -- Explosive Ordinace Device
- Notice Date
- 3/4/2008
- Notice Type
- Solicitation Notice
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- F1T2AP8029A002
- Response Due
- 3/14/2008
- Archive Date
- 3/29/2008
- Point of Contact
- Amy Anderson, Contract Specialist, Phone 850-882-0360, Fax 850-882-4916, - Tony Roy, Jr., Contracting Officer, Phone 850-882-0334, Fax 850-882-4916
- E-Mail Address
-
amy.anderson@eglin.af.mil, tony.roy@eglin.af.mil
- Description
- The 96 Contracting Squadron, 96 CONS/MSCBA at Eglin AFB, Florida intends to award a sole source Firm Fixed Price contract to Foster-Miller, 350 Second Ave., Waltham, MA 02451., for the purchase of Talon Generation IV Explosive Ordinance Device (EOD) Robot. This robot needed to contain the following specific qualities for purchase.Vehicle Dimensions: Height (arm stowed): 11 in. (27.9 cm) Height (arm extended): 52 in. (1.3m) Width: 22.5 in. (57.2 cm) Length: 34 in. (86.4 cm) Horizontal reach: 52 in. (1.3m) Below grade reach: 24 in. (0.6m) Ground clearance: 2.75 in. (7 cm) Deployable mast height from ground 40 in. (1m). Weight 115 to 140 lb (22 to 64 kg)(Mission profile dependent). Maneuverable Speed- 0 to 5.2 mph (8.3 km/hr), variable speed settings0 to 7.6 ft/sec (1.8 m/sec). Maneuverability Control- Intuitive joystick control at all speeds. Obstacle Navigation - 43 deg stairs, 40 deg slide slope, 15 in. (38 cm) of snow, demolition rubble. Payload Capacity - 100 lb (45 kg). Drag Capacity with Gripper - 100 lb (45.3 kg). Tow Capacity - 200 lb (90.7 kg). Arm Lift Capacity - 10 lb (4.5 kg) at full extension 20 lb (11 kg) max capacity Intuitive joystick controls for upper and lower arm 180 deg pitch lower arm/270 deg pitch upper arm. Gripper Capacity - 30 in.-lb of gripping strength6 in. (15.2 cm) wide opening manual 340 deg wrist OCU controllable 360 deg rotating wrist (optional). Operator Control Unit (OCU) Dimensions - Height: 9 in. (22.9 cm) Width: 16 in. (40.6 cm)Length: 19 in. (48.3 cm) Weight: 33 lb (15 kg). Robot Battery Endurance - Two Lead Acid, 300 W-hr, 36 Vdc, 2hr/battery at typical operational speed (rechargeable) One Lithium Ion (optional) 750 W-hr, 36 Vdc, 4.5 hr at typical operational speed. OCU Battery Endurance - 120/240 Vac converter (standard), continuous AC power, nickel metal hydride 3.6 A-hr 24 Vdc for 2 hr (rechargeable)Rechargeable Lithium Ion (optional) 4 hrNon-Rechargeable Alkaline (optional) 1 hr. OCU/Robot CommunicationsWireless Options, Digital/analog (standard), 500 to 800mline of sight (LOS), High gain antenna (optional) extends range to 1200m LOS Fiber Optics, Buffered cable 300m or 500m. Cameras - Three infrared illuminated cameras (gripper, elbow, rear). Pixels (HxV): PAL: 500 x 582; NTSC: 510 x 492, auto focus color zoom camera 300:1 (12X digital - 25X optional), illumination package powered by vehicle battery. Can be turned on remotely from OCU. Environmental - Waterproof harnessing and connectors. All cameras, antennas, manipulators, electrical and communication boxes are submersible to 90 ft (27m) when properly configured. OCU is water resistant and designed to operate in a heavy down?pour without protection. Equipment needs to operate in all climates, weather, temperatures and conditions including mountains, deserts, snow/ice, demolition rubble and heavy wet mud. Audio - Two-way audio (robot to/from OCU) optional. Electrical - Two isolated firing circuits (optional) Two RS 232 ports available for payload interfacePlug-in/pull-out waterproof connectors. Include Optional Sensors - Radiological, biological, chemical, temperature, gas. Additional Tools/Accessories - Recoilless PAN disrupter mount RE12-12 disrupter mountShotgun mount Portable X-ray mount (pending) Wire cutting tool GPS compass Heavy duty tracks and sprocketsReusable shipping/storage containers. The announcement number is F1T2AP8029A002. The North American Industry Classification System (NAICS) code for this acquisition is 339999 with a business size standard of 500 employees. Items are to be delivered to Eglin AFB, Florida 32542. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
- Place of Performance
- Address: Eglin AFB, FL
- Zip Code: 32542
- Country: UNITED STATES
- Zip Code: 32542
- Record
- SN01523444-W 20080306/080304224609 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |