Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

23 -- SEMI AUTONOMOUS ROBOT

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB12SEMIAUTOROBOT
 
Response Due
3/2/2012
 
Archive Date
5/1/2012
 
Point of Contact
Sabrinna Cosom, 410.306.2852
 
E-Mail Address
ACC-APG - Aberdeen Division D
(sabrinna.r.cosom.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Synopsis: This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This RFI should not be construed as a commitment by the Government for any purpose. THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This request is for informational purposes only. All interested parties are encouraged to respond to this synopsis. The Government will not pay for information and materials received in response to this synopsis and is in no way obligated by the information received. 1. SCOPE: Background: The mission of the U.S. Army Rapid Equipping Force (REF) is to rapidly increase mission capability while reducing risk to Soldiers and others by equipping operational commanders with off-the-shelf (government or commercial) solutions or near-term developmental items that can be researched, developed and acquired quickly. The REF receives requirements from operational commanders in war zones setting forth the capabilities needed. The REF is chartered by the Senior Army leadership to provide material solutions to meet these requirements in a significantly reduced timeline compared to traditional Department of Defense acquisition procedures. The purpose of this RFI is to obtain potential solutions to provide up to (100) one hundred semi-autonomous mechanical robots to provide logistics support to squad-sized dismounted patrols. These systems must be able to operate in various Army operational environments world-wide. Experience and information obtained from this request for information will be provided to the Director Rapid Equipping Force who will evaluate the information and feasibility of issuing a procurement action to resolve the stated problem. 2. REQUIREMENTS: Semi-autonomous, mechanical robot to provide logistics support to squad-sized dismounted patrols. The robot shall be capable of negotiating rough terrain in Afghanistan. Afganistan terrain consists of an arid to semi arid environment with rocky, dusty, and areas of extreme elevation relief. Temperatures range from -4 degrees Celsius to 32 degrees Celsius. Winds can reach speeds up to 115 mph during the 120-day period between June and September. Average highs are in the upper 80s during July with an average low in the 60s. In January, average highs are in the upper 30s with average lows in the low 20s. Annual precipitation of rain and melted snow is approximately eleven (11) inches. The robot must also meet or exceed the following: Must be mobile, travel at walking speed, be capable of negotiating all types of obstacles normally found in military operations, including 18" highway-style dividers, and 18" shallow streams. oMinimal operator intervention is required in normal operations, with provision for direct control when not on patrol. oMust support remote operations. Must be rugged enough to effectively operate in any operational environment the Army may be involved (jungle, desert, wooded, and urban) in (CONUS and OCONUS) oMust be capable of operating in a frequency cluttered environment. oMust be maintenance supportable and spare parts shall be readily available. oMust have a low noise signature (less than 84 dB). oMust use standard military fuels. Must be able to carry up to 500 lbs. of cargo, and be equipped with retractable tie-downs that can be used with a variety of quick-release tie-downs, bungee cords, and/or cargo straps. oMust be internally transportable in a CH-47 Chinook helicopter. oMust be able to pass through 36" doorways/compound gateways. Additional capabilities desired: oRemovable power source (generator) to support tactical communications gear, ISR sensors, and/or battery chargers. oRemovable stretcher(s), with attachments for medical devices to support MEDEVAC and CASEVAC missions. oRemovable sensor tower and sensor package to support either "over the hill" view, or nighttime surveillance operations at an operations rally point. oRemovable communications and/or communications relay package. oRemovable blade for counter-IED path clearance. Delivery Requirements: 2 systems available for ATEC testing-30 days after award 10 systems- 60 days after award 90 systems- 90 days after award 3. INSTRUCTIONS TO POTENTIAL RESPONDENTS/DELIVERABLES: Specific information on industry capability to produce a system that can meet or exceed the requirements identified in paragraph 2 above. This is NOT a Request for Proposal. Companies who desire to participate in this market survey are encouraged to submit a white paper, including a ROM (Rough Order of Magnitude) which supports the company's claim that it presently has the technology, organization, production facilities, corporate quality business processes, capabilities, management plans and experience and past performance to meet or exceed the performance and delivery objectives described above. The white paper should discuss the company's ability to provide existing equipment or develop equipment to meet the government's delivery requirements. The white paper should indicate if the proposed equipment has been sold to the US Government and/or any other organization and if it has been tested by a DoD Agency or independent third party organization and include relevant points of contact from each such organization. The white paper should be prepared in MS Word, limited to fifteen (15) pages, and shall be submitted electronically to the contracting specialist listed below. RESPONSES ARE DUE NO LATER THAN 24 FEBRUARY 2012 AT 4:00 PM EST. The company shall be responsible for any costs associated with preparing responses to this market research. All requests for further information must be made in writing or via email; telephone requests for additional information will not be honored. The government will review submissions as they are received. The government reserves the right to close this Sources RFI once they have received adequate response(s). For contracting questions please contact the Contract Specialist, Sabrinna R Cosom; sabrinna.r.cosom.civ@mail.mil Email communication is highly encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46d07364d9e379acc8dfb15ba87541d1)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02683592-W 20120229/120227234608-46d07364d9e379acc8dfb15ba87541d1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.