SOURCES SOUGHT
12 -- EOD Robotic Platform
- Notice Date
- 4/11/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-16-R-4015
- Archive Date
- 5/14/2016
- Point of Contact
- James R. Mullis, Phone: 8508833054, CARRIE W EASTBURN, Phone: 8508820245
- E-Mail Address
-
james.mullis.3@us.af.mil, carrie.eastburn@us.af.mil
(james.mullis.3@us.af.mil, carrie.eastburn@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SAMPLE SOURCES SOUGHT/REQUEST FOR INFORMATION The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Operational Contracting Division, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing a robotic platform with the following characteristics: • Unit must contain power source and not be dependent on tethered umbilical to a generator. • Vehicle must be self-propelled under its own diesel power. Engine must operate on 24 VDC, provide 90 horsepower and be water-cooled. • Platform must meet the following Hydraulic system requirements: o System capacity of 34 Gallons o System pressure to cylinders, attachment and motors - 2400 max o System pressure increased to attachment - 3100 max o Pump flow no less than 30 gallons per minute max • Platform must be tracked, self-propelled, with a minimum of 4 ea supporting outriggers and capable of traversing soft sand and climbing/ departure angle of 30 degrees. Tracks must be a minimum of 11 inches wide and made of rubber based material (no exposed metal surface on tracks). Vehicle must be capable of 2 mph transit speed on hard pack dirt. • Unit must weigh less than 13,000lbs without attachments or other modifications. • Unit must be able to fit different OEM, not aftermarket, tool head attachments to include minimum of 8.0 cubic foot bucket, hydraulic jackhammer, hydraulic metal shears, and grapple capable of moving a 2000 lb load. Metal shears must have a minimum jaw opening of 9.0 inches, be able to rotate 360 degrees, and cut through 2 inches of solid round steel. • Unit must be able to fit custom tool head attachments. • Unit must be able to lift 1200 lb load at full boom extension and 5000 lb load within 5 feet of unit. • Unit must be able to reach downward to 13.5 ft to facilitate excavator operations. • Unit must provide a 30 gallon per minute hydraulic flow to end of boom to provide power to tool attachments. • Unit must provide 2000-3000 psi in hydraulic lines at end of boom to provide power to tool attachments. • Unit must have an overall height of less than 78 inches. • Unit must be able to provide 12 or 24v as an accessory line at end of boom. • Unit must be able to integrate and support operation of 2ea Kraft Predator Manipulator Arms. Arms will be mounted on a releasable hitch at end of boom at tool head attachment. All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 5 pages. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: james.mullis.3@us.af.mil AND carrie.eastburn@us.af.mil. All correspondence sent via email shall contain a subject line that reads EOD Robot. If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 29 April 2016. Direct all questions concerning this requirement to TSgt J.R. Mullis II at james.mullis.3@us.af.mil AND carrie.eastburn@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd43ae4fbb50316c86e8d198b088b192)
- Record
- SN04080414-W 20160413/160411234820-dd43ae4fbb50316c86e8d198b088b192 (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 |