Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2015 FBO #5095
SOLICITATION NOTICE

36 -- Denso Robotic Arm System

Notice Date
11/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
AG349BS166028
 
Archive Date
11/28/2015
 
Point of Contact
TIMOTHY A SMEARMAN, Phone: 304-725-3451 EXT 341
 
E-Mail Address
tim.smearman@ars.usda.gov
(tim.smearman@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation number AG349BS166028 is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-84. This requirement is unrestricted for NAICS 333999. Interested vendors are responsible for complying with this entire combined synopsis/solicitation to include submission of quotation in accordance with the following instructions. Quotations will not be accepted by fax or email and will be considered non-responsive and rejected. To ensure receipt, quotation must be submitted in writing and must be sent, delivered and received on or before 3:00 P.M. (EST) November 13, 2015 to Timothy Smearman, USDA, AFRS, Administration Office, 2217 Wiltshire Road, Kearneysville, WV 25430. Respondents must provide/complete the following: (a) Submit Quotation for items specified under Schedule of Items. The cost quoted must include all charges associated with delivery of the proposed line items, FOB Destination, Kearneysville, WV 25430. (b) Submit Descriptive Literature of product(s) if quoting other than brand name. To be considered for award, quotations for "equal" products must meet the salient physical, functional, performance characteristic specified in this solicitation; clearly identify the item by brand name, make and model number; include descriptive literature making clear reference of how quoted item is equal to brand name required characteristics. The Contracting Officer will evaluate "equal" products on the basis of information furnished. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quotation. Unless the offeror clearly indicates in its quotation that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (c) Submit Two Past Performance References with contact information for two recent contracts (within past three years) of contracts supplying required/similar items. (d) Completion of SAM Registration. Offeror must have current Registration and completed Online Representations and Certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online at www.sam.gov. PLEASE NOTE: SAM is completely free of charge for both registrants and users. Offeror certifies, by submission of quotation, that registration in SAM is current to include Online Representations and Certifications as of submission date of quotation in accordance with FAR 52.204-7, System for Award Management. Registration must remain current through final payment of any award resulting from this solicitation. 1. Background: The USDA, ARS, AFRS in Kearneysville, WV initiated the startup of the AFRS Engineering Program in 2010 utilizing Robotic Arms with Controllers to engage in computer vision research for agricultural applications and testing of vision algorithms to determine optimal pruning points on fruit trees. The original requirement was procured through a competitive acquisition that resulted in the purchase of two Denso Robotic Arm Systems. Continuation of research requires exact brand name or equal specifications to match existing Denso Robotic Systems currently being utilized in ongoing research in order to extend work using existing research results for reconstructing tree shapes in order to determine the gene networks controlling branch angles. 2.Schedule of Items: One Robot Arm with Controller System and Teach Pendent, Denso Model VS-6577-B/RC8, Part numbers 600000-1969, 410149-0940 and 410100-1760 delivered F.O.B. Destination to the USDA, Appalachian Fruit Research Station, Kearneysville, WV 25430 within 90 days of award in accordance with the terms, conditions, and specifications contained in this document. System provided must be a complete working system meeting following specifications and constructed of all new materials. Refurbished units are unacceptable. Robot Arm Specifications: a. 6 Degrees of Freedom; b. Power requirement 200 VAC 47-63 Hz; c. Horizontal Reach: 934mm to mounting face, 854mm reach to P point; d. Payload capability of 7 kg; e. Absolute encoder for position detection; f. Position repeatability in each of the X, Y, Z directions: less than +- 0.03mm; g. Braking on 5 or more joints; h. Cycle time less than or equal to 0.59 second with 1 kg payload; i. Floor mount model; j. Less than 36kg. Robot Controller Specifications: a. I/O external communication must have a minimum of one RS-232 line, one Ethernet line, and two USB lines; b. Minimum two extension slots; c. Controller must be PC-based; d. Error codes must be provided in English; e. Must send commands and queries to the robot arm via any of the external interfaces; f. WincapsIII Software for communicating with the robot via programming language must be provided to duplicate existing programming developed using Wincaps III for existing Denso VS-6577G-B/RC7M and VM-60B1G/RC7M Robot Arm/Controller Systems; Robot Accessories Specifications: a. Teach Pendant; b. All I/O cables necessary for operation of the arm; c. Calibration tool. 3.The Government contemplates a firm-fixed award dependent upon availability of funding resulting from this Request for Quotation to the responsible offeror whose lowest price technically acceptable quotation conforming to the solicitation will be most advantageous to the Government with Price, Technical Capability to meet the Government Requirement and Past Performance considered. 4.Questions by Interested Parties must be submitted in writing by electronic mail to the attention of: Contracting Officer - Solicitation AG349BS166028: tim.smearman@ars.usda.gov. 5.The following FAR provisions and clauses current to FAC 2005-84, effective 1 November 2015 apply to this acquisition and are available in full text at http://farsite.hill.af.mil/ 52.204-7 System for Award Management (Jul 2013) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Implement Statutes or Executive Orders - Commercial Items (NOV 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Applies if >$30,000.) (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (Applies >$35,000) (25) 52.222-3, Convict Labor (June 2003) (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015) (28) 52.222-26, Equal Opportunity (APR 2105) (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 11). (42) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (ALT I) (May 2014) (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items. (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (ii) 52.219-8, 52.219-8, Utilization of Small Business Concerns (OCT 2014) (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) Flow down required in accordance with paragraph (1) of FAR clause 52.222-17 (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Act Labor Standards (May 2014) (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (xii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (xiii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (May 2014) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2014) (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (xvi) 52.225-26, Contractors Performing Private Security Functions Outside United States (Jul 13) (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.232-18 Availability of Funds 52.232-24 Prohibition of Assignment of Claims 52.232-25 Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.242-13 Bankruptcy 52.243-1 Changes -- Fixed-Price Alternate II 52.247-34 F.o.b. Destination 52.249-8 Default (Fixed Price Supply and Service)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/99b963eb8e47614c654697da5da03d06)
 
Place of Performance
Address: 2217 Wiltshire Road, Kearneysville, West Virginia, 25430, United States
Zip Code: 25430
 
Record
SN03936600-W 20151105/151103234254-99b963eb8e47614c654697da5da03d06 (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.