SOLICITATION NOTICE
36 -- Brand Name Only Requirement for Apera Vue Bin-Picking System
- Notice Date
- 3/1/2022 9:53:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- 1333ND22QNB730108
- Response Due
- 3/8/2022 2:00:00 PM
- Archive Date
- 03/23/2022
- Point of Contact
- January Magyar, Phone: 3019755442, Keith Bubar, Phone: 3019758329
- E-Mail Address
-
january.magyar@nist.gov, keith.bubar@nist.gov
(january.magyar@nist.gov, keith.bubar@nist.gov)
- Description
- 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 of Commercial Items � as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 dated 01/26/2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118, Computer Terminal and Other Computer Peripheral Manufacturing.� The small business size standard is 1,000 employees. This acquisition is 100% set aside for small businesses. DESCRIPTION OF REQUIREMENTS Background The Intelligent Systems Division (ISD) of the National Institute of Standards and Technology (NIST) requires an Apera Vue BIN-PICKING SYSTEM to support robotic assembly applications. One of the programmatic goals of this effort is to demonstrate and develop tests for different bin-picking systems that are used in industry. The BIN-PICKING SYSTEM as well as related software must provide the positions and orientations of parts in a bin and part picking motion plans to a UR5e ROBOT ARM and preferably to other brand collaborative robot arms. Brand Name Only Requirement IAW FAR 13.106-1(b)(1)(i):� The NIST ISD has identified the Apera Vue bin-picking system as the only system capable of meeting its requirements.� Specifically, it is the only system that has been identified that a) can use any off-the-shelf 2D cameras for bin picking operations and b) uses artificial intelligence for training and recognizing parts for picking operations. Some of the other unique features that are required for ISD's research efforts that the system possesses are: a) Automatic path planning and guidance; b) Auto calibration of robot arm with the vision system; and, c) Compatibility with several robot arm makes and models. These features enable lower setup times, change-over times, and cycle times that also enable higher success rates for picking parts from a bin which are crucial to improve the efficiency of the manufacturing operation. CLINs 0003 and 0004 Only are Brand Name or Equal requirements. Brand name or equal descriptions are intended to be descriptive, but not restrictive and are to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency�s requirement. Objectives The scope of this procurement is the provision of one (1) Apera Vue Bin-Picking System, digital training, and related accessories.� Required Specifications Please see the attached Statement of Requirements for details. DELIVERY/PERIOD OF PERFORMANCE Delivery shall be FOB Destination and within 6 weeks ARO for the bin-picking system and accessories. PAYMENT TERMS The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice, in accordance with the firm fixed price payment schedule established at time of award. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): � Offerors must submit all questions concerning this solicitation in writing electronically to Ms. January Magyar, Contract Specialist, at january.magyar@nist.gov. Questions must be received by or before March 3, 2022 at 5:00 PM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.� (End of Provision). � DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Ms. January Magyar, Contract Specialist, at January.magyar@nist.gov. Submission must be received not later than March 8, 2022 at 5:00 PM ET. REQUIRED SUBMISSIONS The Offeror�s quotation shall consist of two (2) volumes as detailed below. Each quotation volume shall include the Offeror�s name, DUNS number, and CAGE code in the cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government. Volume 1: Technical Response This volume shall contain the Offeror�s cover letter and technical response. Cover letter and technical response (not including cover page, table of contents, or key personnel resumes (if applicable)) shall not exceed ten (10) single sided pages. Text shall be no less than 12-point Arial font, or otherwise legible font, in read-only Microsoft Word or searchable Adobe PDF format. The cover letter shall include the name, title, phone number, and email address of the Offeror�s primary solicitation point of contact and the individual authorized to negotiate on behalf of the Offeror (if negotiations are determined to be necessary). The technical response shall include documentation to demonstrate that it is an authorized reseller/partner of the OEM/Developer, Apera, and technical documentation clearly demonstrating the Offeror�s understanding of the solicitation requirements and its ability to complete the requirements in accordance with the Statement of Requirements.� For CLINs 0003 and 0004, if an equivalent is quoted, offeror must provide technical documentation which clearly supports that the item quoted is in fact in compliance with the Statement of Requirements.� �� Volume 2: Business Response This volume shall contain the Offeror�s business response/quotation in read-only Microsoft Excel format or in searchable PDF format.� All figures must be rounded to the nearest hundredth. Quotations shall be submitted on a firm fixed price basis for CLINs 0001 through 0004 in accordance with the contract line item structure listed below.� The following must also be included: Contractor DUNS DUNS shall be used to verify the offeror�s active System for Award Management (SAM) registration. Offerors must have an active registration at www.SAM.Gov to be considered for award. � Completed Provisions Please complete the highlighted areas in the applicable provisions and clauses documents and return with submissions. � CONTRACT LINE ITEM STRUCTURE: Responsible Offerors shall provide pricing for the following line item: LINE ITEM 0001: �Delivery of one (1) Apera Vue BIN-PICKING SYSTEM (Brand Name Only) in accordance with the Statement of Requirements, inclusive of any Delivery Fees LINE ITEM 0002:� The contractor shall provide one (1) Digital asset training (Part# APERADGTA-APERA-001A) for Apera Vue (Brand Name Only) in accordance with the Statement of Requirements, inclusive of any Delivery Fees LINE ITEM 0003:� The contractor shall provide Two (2) C125-1218-5M 8mm lens (Part# APERALENS-BAS-001A) (Brand Name or equivalent) in accordance with the Statement of Requirements, inclusive of any Delivery Fees LINE ITEM 0004:� The contractor shall provide Two (2) C125-1218-5M 25mm lens (Part# APERALENS-BAS-003A) (Brand Name or equivalent) in accordance with the Statement of Requirements, inclusive of any Delivery Fees EVALUATION CRITERIA AND BASIS FOR AWARD In accordance with FAR 52.212-2: Evaluation � Commercial Items as included in the attached Applicable Provisions and Clauses document, the Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose quotation, conforming to the solicitation, provides the lowest priced, technically acceptable quotation. Technically acceptable means that the Contractor successfully demonstrated their abilities to meet ALL requirements in the Statement of Requirements and complied with the Instructions to Offerors section of this solicitation. The Government anticipates making an award without discussions. Technical Capability:� A quotation will only be considered technically acceptable if it clearly demonstrates compliance with the attached Statement of Requirements, provides a firm fixed price for each CLIN as a whole, and if the offeror is an authorized reseller/partner of the OEM/Developer, Apera. For CLINs 0003 and 0004, if an equivalent is quoted, offeror must provide technical documentation which clearly supports that the item quoted is in fact in compliance with the Statement of Requirements.� Price: The Government will evaluate prices to determine whether they are fair and reasonable and have complied with the pricing instructions in this solicitation. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9c6acb722da4debb405e53f666398ef/view)
- Place of Performance
- Address: Gaithersburg, MD 20899, USA
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN06253852-F 20220303/220301230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |