Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1998 PSA#2082

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

66 -- DUAL ARM REMOTE CONTROLLED MANIPULATOR SYSTEM SOL F08637-98-QX623 DUE 051298 POC Ms. Nell Matchkus (850)283-8620 or SSgt Todd Cook (850)283-8618 This is a combined synopsis/solicitation of a commodity contract to be obtained using commercial practices in accordance with the format in FAR 12.6 as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotes are being requested and a formal solicitation will not be issued. This solicitation, number F0863798QX623, is to be issued as Request for Quotation (RFQ). This is a 100% small business set-aside, firm-fixed price contract. The Standard Industrial Classification (SIC) Code is 3569, with a business size standard of 500 employees. Schedule: Contract Line Item Number (CLIN) 0001 A commercially available, radio frequency controlled, dual-arm manipulation system. This system will be integrated onto an existing AFRL robotics platform that will deliver the manipulators to target munitions. The operator will use the manipulator's independent controllers for remote movement of the manipulator system. The system will be used to recover, neutralize, disassemble and interrogate test munitions. This system shall consist of the following: 1. Two high dexterity, electrohydraulic manipulator arms; a) One seven degree of freedom arm must be capable of lifting 75 lbs. at a reach 0f 48" an" perform fine manipulation. b) One seven degree of freedom arm must be capable of lifting 200 lbs. at a reach of 76" and utilize t-handle jaws and tools. c) Both arms must provide force feedback to the operator's controller. 2. Must provide a radio frequency link capable of operating 2 miles line-of-sight and be compatible with host vehicle radios operating at 902-928 MHz and 1710-1850 MHz. (Contact the 325 Contracting Squadron, for the radio interface requirements and we will contact AFRL Robotics Laboratory for that information if it is needed. 3. Both manipulators must utilize AFRL robot's hydraulic and electrical power; a) Hydraulic supply rate and pressure are 10 gal per minute at 2800 pounds per square inch. b) Electrical power provided will be 12 VDC at 20 amps. 4. The operator controllers (one per each arm) must be a stand-alone system and operate from available 120 VAC, 60 cycle, generator power. 5. The combined manipulator weight can not exceed a total of 500 pounds. 6. The operator's control system components can not exceed 50 pounds. 7. Both arms must operate simultaneously and have a task memorization and recall capability. 9. The manufacturer must provide a technical support plan and cost breakdown for support via telephone, fax and field support during and after the warranty period. Contractor must be able to respond via telephone or fax within 24 hours. In stock replacement parts must be delivered within 72 hours in the continental United States. On site technical support will be provided within 7 days when requested. The Government intends to evaluate offers and award a contract without discussions. Therefore, qualified contractors should submit a quotation for CLIN 0001, each with the best possible price. No partial bids will be accepted and the Government may reject any or all offers if such actions are in the public's best interest. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-4. The provisions at FAR 52.212.1, Instruction of Offerors-Commercial Items, and FAR 52.212-2, "Evaluation-Commercial Items", apply to this solicitation. The following factors shall be used to evaluate offers; stated in terms of relative importance in descending order: (i) Technical (capability of the item offered to meet Government requirements (ii) Best Value (iii) Price. The clause FAR 52.212-4 "Contract Terms and Conditions-Commercial Items," and 52.212-5 "Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items," apply to this acquisition [this includes, but is not limited to, the following FAR clauses: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veteransof the Vietnam Era. The clauses at FAR 52.219-6, "Notice of Total Small Business Set-Aside"; also apply to this solicitation. Offerors shall submit product literature/technical data necessary for technical evaluation. Offerors are to include a completed copy of the provisions at FAR 52.212-3, "Offer Representations and Certifications-Commercial Items" with quote. Quotes shall be submitted in writing on offeror's business letterhead, not later than 4:00 p.m. on 12 May 1998. Attention: Ms. Nell Matchkus or SSgt Todd Cook, 325th CONS/LGCS, 501 Illinois Ave, Suite 5, Tyndall AFB, FL 32403-5526, Direct any questions, or request for copies of provisions or forms, by calling (850) 283-8620/8618. (0113)

Loren Data Corp. http://www.ld.com (SYN# 0335 19980427\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page