|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,1996 PSA#1522Contracting Officer, Crane Army Ammunition Activity, 300 Highway 361,
SIOCN-CT, Crane, IN 47522-5099 36 -- GENERAL ROBOT Sol. DAAA32-96-B-0001. Due 022696. POC: Cindy
Dant, (812) 854-2793, Ronald E. Wise, Contracting Officer. 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; proposals are being requested and a
written solicitation will not be issued. Solicitation DAAA32-96-B-0001
is issued as an invitation to bid (IFB). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular FAC 90-32. This solicitation is 100% small
business set-aside. All responsible sources may reply. SIC is 3569.
Size standard is 500 employees. Quantity = 1 each General Purpose Robot
(all electric industrial robot). Salient Characteristics: Manipulator:
1. Manipulator shall be an articulated robot arm with 6 degrees of
freedom. 2. Shall have the following maximum travel and maximum speeds
a. base rotation, 340 degrees @ 150 degrees/second, b. lower arm, 240
degrees @ 200 degrees/second, c. upper arm, 260 degrees @ 200
degrees/second, d. arm roll, 360 degrees @ 280 degrees/second, e. wrist
bend, 270 degrees @ 280 degrees/second, f. wrist roll, 400 degrees @
420 degrees/second, g. reach radius from center pivot without
extensions 32 inches, h. reach height from base to arm tip without
extensions 40 inches. 3. Repetitive position accuracy plus/minus .005
inches. 4. shall have a payload of 6 pounds minimum. 5. Robot arm shall
be driven with AC type servos with inline harmonic drive. 6. shall be
mountable on horizontal or vertical surfaces. 7. Shall have four
interchangeable grippers of the following types: a. A 2-jaw angular
gripper with a minimum gripping force of 15 lbs. b. A 2-jaw parallel
gripper with a minimum gripping force of 25 lbs. c. A 3-jaw angular
gripper with a minimum gripping force of 15 lbs. d. A 3-jaw parallel
gripper with a minimum gripping force of 25 lbs. 8. Robot arm shall
employ gripper a safety clutch. 9. Robot shall be of the ``desk top''
variety with a maximum weight of 135 pounds. Controller: 1. Shall be
free standing and totally enclosed type. 2. Shall fit in an area 48 x
48 x 48 inches. 3. Shall operate at ambient temperature of 32 degrees
to 113 degrees Fahrenheit and 90% relative humidity. 4. Shall operate
on 240 VAC 60 Hz 3 phase. 5. Shall have 16 user inputs and 16 user
outputs minimum. Note: Machine is not planned for a single application.
6. Shall have a program capacity of 2000 steps minimum and 1200
instructions minimum. 7. Shall have a floppy disk emulator to allow
permanent storage of robot programs. 8. Shall include a teach pendant.
9. Software shall allow interactive programming. 10. Cable length
shall allow a minimum of 15 feet between robot and controller. Quality
Assurance Provision: 1. Robot and controller system shall be set up
and test run by the supplier at Crane Army Ammunition Activity. This
entails demonstrating that the robot and controller performs within the
ranges and tolerances specified herein. Failure to perform as specified
shall be cause for rejection. All tests will be performed with the
system operating in normal automatic condition. Warranty: 1. The
Contractor shall offer the Government at least the same warranty terms,
including offers of extended warranties, offered to the general public
in its customary commercial practice; however, the warranty shall not
be for less than a one year time period. A copy of the warranty shall
be furnished with the robot. If conflict occurs between terms of
warranty and terms of contract, contract rules. The contractor shall
furnish 2 complete sets of all data pertaining to the machine,
operation, maintenance and its major subcomponents including parts
list. One copy required one week prior to shipment of machine. One copy
shall be placed in a waterproof envelope marked ``technical data'' and
securely attached to the machine. Data shall be sent by certified mail
return receipt requested or by other means which will identify proof of
delivery and receipt. All technical data shall be written in the
english language and identified by manufacture, model number and serial
number. The item shall be delivered to: Crane Army Ammunition Activity,
Bldg 148 (SIOCN-IOQ-M), Crane Indiana 47522-5011. Delivery shall be
coordinated at least 24 hours prior to planned delivery by calling
(812) 854-2339. The contractor shall schedule deliveries under this
contract to ensure arrival at destination only on Monday through
Thursday (excluding federal holidays) between the hours of 7:00 AM and
2:00 PM EST. All deliveries made through the United States Postal
Service (U.S. Mail) shall be made to the following address: Commander,
Attn: SIOCN-IOQ-M, Crane Army Ammunition Activity, 300 Highway 361,
Crane Indiana 47522-5099. All shipments shall be FOB Destination. The
provision at 52.212-1, Instructions to Offerors--Commercial applies to
this acquisition. Provision 52.212-2, Evaluation--Commercial Items is
used with the following included as part of para (a): The following
factors shall be used to evaluate offers in descending order of
importance: (1) price; (2) technical capability of the item offered to
meet the Government's requirements; (3) past performance. Award will
be based on the lowest priced, technically acceptable offer from a
vendor with a satisfactory past performance record. In order for past
performance to be evaluated the following should be provided with your
offer: (a) A description of your government/commercial contracts
received or performed during the past three years prior to closing of
this solicitation. Government contracts are defined as those with the
Federal government and agencies of state and local governments.
Include: (1) Name of contracting activity/commercial firm; (2) Contract
Number; (3) Contract type (fixed price or cost reimbursable); (4) Total
contract value; (5) Description of work/NSN, part number, nomenclature;
(6) Contracting officer/contract manager and telephone; (7)
Administrative contracting officer, if different from (6), and
telephone; (8) A brief summary of each contract cited, to include
Standard Industrial Code and Federal Stock Number. (b) The offeror may
include information on problems encountered on the contracts
identified in (a). Technical capability will be evaluated by comparing
the item offered with the characteristics of the item requested.
Please provide the salient characteristics of the item offered. Robot
must meet all of the minimum salient characteristics to be determined
responsive. Descriptive literature may be attached. The provision at
52.212-3, Offeror Representations and Certifications-Commercial Items
shall be completed and included in the offer. The provision at
52.212-4, Contract Terms and Conditions--Commercial Items, applies to
this acquisition. The clause at 52.212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders--Commercial Items,
applies to this acquisition and the following additional clauses are
applicable to this acquisition: 52.203-6 Alt I, 52.203-10, 52.219-8,
52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3. Any contract
awarded as a result of this solicitation will be a DO rated order
certified for national defense use under the Defense Priorities and
Allocations System (DPAS) (15 CFR 700), and the Contractor will require
to follow all of the requirements of this regulation. All offers are
due not later than 2:00 PM EST on 26 February 1996. Required delivery
date of Robot is July 1, 1996. Inspection and Acceptance will be at
destination. Offers shall be addressed to: Crane Army Ammunition
Activity, ATTN: SIOCN-CT, 300 Highway 361, Crane, IN 47522-5099. Bid
number should be placed under the contractor's return address for
routing purposes. Descriptive literature necessary to determine
technical capability should be submitted with offer. Cindy Dant,
Contract Specialist, may be contacted at (812) 854-2793. (029) Loren Data Corp. http://www.ld.com (SYN# 0286 19960131\36-0001.SOL)
36 - Special Industry Machinery Index Page
|
|