Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
MODIFICATION

36 -- Intelligent Mobile Platform Robots

Notice Date
8/8/2012
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-R-0258
 
Archive Date
9/22/2012
 
Point of Contact
Keith Welge, Phone: 732 323 7213
 
E-Mail Address
keith.welge@navy.mil
(keith.welge@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number N68335-12-R-0258 is being issued as a Request for Proposals. (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 05-60. (iv) Competition for this requirement is full and open. FOB: Destination. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ is looking to procure up to three (3) intelligent mobile platform robots with the following salient characteristics: - Payload capability - minimum 130 pounds, the objective is 170 pounds*. - Useful life for research purposes minimum 10 years, the objective is 15 years*. - Foot print not to exceed 35 inches X 35 inches. - Continuous run time - minimum 2 hours, the objective is 8 hours*. - Stability on 15 degree ramp (moving in any direction) with high center of gravity and higher weight payloads and stop/start moving capabilities. - Must not exhibit high scuffing due to maneuvering. Four wheel steering will not be accepted because it produces high wear and tear on non-skid services during wheel turns while not in motion. - Platform weight without payload - maximum 165 pounds the objective is 30 pounds*. - Ability to mount custom support frames on top of the platform to support custom equipment, sensors (Sonar, LIDAR, Pressure, others machine vision), high level of control computers (laptop), DAQ etc. - Must have Serial or Ethernet interface between laptop and low level control board/processor. The laptop will be mounted on the above mentioned frame. The laptop will be running high level motion planning algorithms. The low level control processor will perform the high level planning commands received through the required interfaces. - Minimum command communication rate between high level planning computer and low level motion control board/processor is 10 HZ - Must have on-board processor to be interfaced with laptop. The on-board processor will use commands from laptop to control motion actuators - Single-point- turn and/or Omni-directional capabilities and simple dynamics to model (v) Only new original equipment manufacturer (OEM) items may be offered. Reconditioned or used items will not be accepted. (vi) The Contract Line Item Number (CLIN) is as follows: CLIN 0001 Delivery of one (1) intelligent mobile platform robot CLIN 0002 Option 1 Delivery of one (1) intelligent mobile platform robot CLIN 0003 Option 2 Delivery of one (1) intelligent mobile platform robot CLIN 0002 Option 1 & CLIN 0003 Option 2 may be exercised up to 30 days after award. (vii) Inspection and Acceptance is at Destination. All items shall be preserved, packaged, packed and marked in accordance with best commercial packages. Units are to be shipped FOB destination to the following address: NAVAL AIR WARFARE CENTER AD (LKE) HIGHWAY 547 BLDG. 562-3 LAKEHURST NJ 08733 Delivery for CLIN 0001 shall be 30 days after date of contract award. Delivery for CLINs 0002 and 0003 shall be 30 days after date of order. (viii) Offerors must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) FAR 52-212-2, Evaluation - Commercial Items is incorporated by reference. Addendum to FAR 52.212-2 Paragraph (a) Award will be made to the responsible offeror whose quotation is lowest in price and in full compliance with all requirements set forth in this solicitation. *Note: In order to be found technically acceptable for requirements that contain a minimum/maximum and an objective, the offeror must meet the stated minimum/maximum. Offerors that improve the stated minimum/maximum or meet the objective will not receive a technically superior rating. (x) The offeror shall provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with the offer. (xi) The Clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The resulting contract will be firm fixed price (FFP). (xii) The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following Clauses cited in 52.212-5 apply to this acquisition: 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 Affirmative Action for Workers with Disabilities, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 and Payment by Electronic Funds Transfer-Central Contractor Registration. In addition to the above, the following Clause applies to this acquisition 52.217-7 Option for Increased Quantity - Separately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days after award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (xiii) The offeror shall provide a completed copy of the provision at 252.212-7000 Offeror Representations and Certifications - Commercial Items, with the offer. (xiv) The Clause at DFAR, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following Clauses cited in 252.212-7001 apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Alternate I, and 252.232-7003 Electronic Submission of Payment Requests. In addition to the above, the following DFARS clauses apply to this acquisition: 252.211-7003 Item Valuation and Identification, and 252.232-7010 Levies on Contract Payments. (xv) Additional requirements. Warranty: The offeror shall provide a commercial warranty of a minimum of 90 days, the objective is 1 year*. (xvi) Offers are due not later than 5:00 PM EST, Friday, September 07, 2012, at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25211KW, Keith Welge, Hwy 547, Bldg. 562-3, Lakehurst, NJ 08733-5082, keith.welge@navy.mil. (xvii) Questions regarding this combined synopsis/solicitation can be directed to Keith Welge, 732-323-7213, e-mail: keith.welge@navy.mil. Hard copy of solicitation and amendments will NOT be mailed to contractors. Offerors must acquaint themselves with the regulations concerning Commercial Item Acquisition contained at FAR Subpart 12. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0258/listing.html)
 
Record
SN02831419-W 20120810/120809000431-1c6e29a53bc55d926d7b181aeda72040 (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.