Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7, 2000 PSA #2680
SOLICITATIONS

13 -- MATERIAL HANDLING ROBOT

Notice Date
September 6, 2000
Contracting Office
USA Materiel Command Acqiuisition Center, Yuma Proving Ground Contracts Division, ATTN: AMSSB-ACY/Bldg. 2100, Yuma, AZ 85365-9106
ZIP Code
85365-9106
Solicitation Number
DAAD01-00-T-0026
Response Due
September 18, 2000
Point of Contact
Cesar Reta, 520-328-6172
E-Mail Address
Cesar.Reta@yuma-exch1.army.mil (Cesar.Reta@yuma-exch1.army.mil)
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. Proposals are being requested and a written solicitation will not be issued. This requirement is being issued as unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-19 25 Aug 2000) and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 Edition, current to DCN 20000831. It is anticipated that payment will be made by Government VISA Credit Card. The Standard Industrial Classification (SIC) is 3569 with a size standard of 500 employees. The contractor's quote shall consist of Contract Line Item Number (CLIN) 0001, material handling robot with reusable shipping crate in accordance with the following specifications: C.1 Performance specifications. C.1.1. The requirement for one battery powered remote controlled robot. C.1.2. The Government has reviewed the F6A hazardous duty robot and found it to have the desired salient characteristics. C.1.2.1. One combination wheel and tracked robot. C.1.2.2. The robots maximum width will be 30" with tires and a height of 50" in the stowed position, the length will not exceed 60" in the stowed position. C.1.2.3. The robot shall not exceed 400 pounds in weight. Not including options. C.1.2.3.4 the robot shall operate in temperatures of zero degrees to 140 degrees Fahrenheit. C.1.3. Manipulator system C.1.3.1. The robot manipulator system shall consist of a shoulder that rotates 90 left 90 degrees from zero degrees position for a total 180 degrees. C.1.3.2. The robot shoulder shall pivot 210 degrees. C.1.3.3. The robot elbow shall pivot 210 degrees. C.1.3.4. The robot wrist pitch shall pivot 90 degrees and a linear extension of 8-inches. C.1.3.5. The robot gripper assembly shall open to an 8-inch minimum. C.1.4. The robot shall have three low-light C.C.I. color cameras. C.1.4.1. The robot arm camera shall be color and be in a fixed position with tilt adjustment, wide angle lens, and auto iris. C.1.4.2. The robot surveillance camera shall be color and mounted on a pan plus or minus 170 degrees and a tilt plus or minus of 90 degrees mechanism with remote zoom (6x1) focus and iris. C.1.4.3. The robot steering camera shall be in color and fixed centered of chassis. C.1.5. Audio system C.1.5.1. The robot control station shall have a two-way audio with adjustable volume C.1.5.2. The robot control station shall have one omni-directional microphone. C.1.5.3. One all weather speaker on vehicle. C.1.6. Control station C.1.6.1. The control station must be portable two wheeled cart. C.1.6.2. The control system will be separate from robot. C.1.6.3. The control station shall operate with cable and radio control. C.1.6.4. The control station shall operate on D.C. and A.C. electrical power. C.1.7. Tires C.1.7.1. Robot must be equipped with removeable quick release rims with tires. C.1.7 maintenance manual C.1.7.1. Complete schematic and diagrams of robot C.1.7.2. Complete parts manual C.1.8. Shipping C.1.8.1. Shipping crate must be reusable. Quantity 1 Each. All quotes shall be clearly marked with RFQ number DAAD01-00-T-0026 and emailed to Cesar.Reta@yuma-exch1.army.mil no later than 3:00 PM MST, September 18, 2000. Offers that fail to furnish required representations or technical information as required by 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on technical acceptability and price. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 "Instruction to Offerors Commercial Items" (Mar 2000). NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/VFFAR1.HTM, locate the referenced clause, copy and paste it to a Word document and complete. FAR provision 52.212-3 "Offeror Representations and Certifications" (Jul 2000) and DFARs 252.212-7000 "Offer Representations and Certifications-Commercial Items" (Mar 2000) apply to this acquisition. FAR clause 52.212-4 "Contract Terms and Conditions Commercial Items" (May 1999) applies to this acquisition, and specifically addendum; 52.247-34 "FOB Destination (Nov 1991). FAR 52.232-36 "Payment by Third Party; FAR clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items" (Aug 2000) applies to this acquisition, and specifically: 52.203-6 "Restrictions on Subcontractor Sales to the Government, with Alternate I"(JUL 1995); 52.219-8 "Utilization of Small Business Subcontracting Plan (OCT 1999); 52.219-14 "Limitations on Subcontracting (DEC 1996); 52.222-21 "Prohibition of Segregated Facilities" (Feb 1999); 52.222-26 "Equal Opportunity" (FEB 1999); 52.222-35 " Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era" (APR 1998); 52.222-37 "Employment Reports on Disabled Veterans and Veterans of the Vietnam Era" (JAN 1999). 52.232-33 "Payment by Electronics Funds Transfer-Central Contract Registration" (MAY 1999); 52.232-34 "Payment by EFT-Other than CCR (May 1999); 52.222-36 "Affirmative Action for Workers with Disabilities" (JUN 1998); DFARS clause 252.212-7001 "Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items" (Mar 2000) applies to this acquisition, and specifically: 252.204-7004 "Required Central Contractor Registration" (Mar 2000); 252.225-7014 "Preference for Domestic Specialty Metals, Alternate I(MAR 1998); 252.225-7015 "Preference for Domestic Hand or Measuring Tools" (Dec 1991); 252.225-7036 "Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program" (Mar 1998). If you plan on participating in this acquisition you are required to provide your name, address, phone number and e-mail address to the e-mail address provided herein for notification of amendments. You may also gain access to this requirement at http://www.yuma.army.mil/contracting/notices.html
Web Link
http://www.yuma.army.mil/contracting/notices.html (http://www.yuma.army.mil/contracting/notices.html)
Record
Loren Data Corp. 20000907/13SOL001.HTM (W-249 SN493270)

13 - Ammunition and Explosives Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com