SOLICITATION NOTICE
K -- Segway Robotic Mobility Platform (RMP) Conversions Using Segway Human Transports (HT)
- Notice Date
- 12/9/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- DOI - NBC, Ft. Huachuca AZ DOI/NBC P.O. Box 12924 Fort Huachuca AZ 85670
- ZIP Code
- 85670
- Solicitation Number
- NBCHR030003
- Archive Date
- 12/9/2003
- Point of Contact
- David Lopez Procurement Technician 5205380414 David_Lopez@nbc.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- NA Item 17, Description for FAR 12.603 (b) (2) is below: (i) This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the test program in FAR Subpart 13.5, as supplemented with additional information included in this notice. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source, Segway LLC, under authority of FAR 6.302-1 to develop a reliable, cost effective mobile platform for laboratories and universities to use in robotics research. This announcement constitutes the only solicitation; Firm-Fixed-Price Proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number NBCHR030003 is the request for proposal (RFP) number. (iii) This solicitation document and incorporated provisions and clauses are in effect through FAC 2001-10. (iv) NAICS Code is 336999. This notice of intent is not a request for competitive proposals. However, the government will consider all proposals received within 12 workdays after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. The contractor shall provide the following items in their proposal: CLIN 0001, Technical Services, Firm-Fixed-Price, 1 LOT; CLIN 0002, Option Quantities (Conversion of up to 12 additional GFE Segway HT units to the robotic configuration, cost per unit), Firm-Fixed-Price, 1 LOT; CLIN 0003, Option Quantities (Conversion of up to 20 additional Segway units configured as robotic mobility bases, cost per unit), Firm-Fixed-Price, 1 LOT. (vi) Description of Tasks: 1. Engineering of RMP Conversion Kit a. Software Engineering needed to modify the basic Segway HT software to provide: i. program control of the RMP's speed, steering, and acceleration profile ii. documentation of the Application Programmer's Interface (API): coherent programming model and command/status formats and protocols to implement a communications interface between the Segway processor(s) and the user's processor(s) iii. access to real-time state information derived from the Segway's internal sensors iv. safety modes and E-stop switch capabilities b. Control Engineering c. Mechanical Engineering d. Electrical Engineering 2. Materials for conversion of GFE Segway HT platforms to robotic mobility platforms for 15 Segway units Conversion hardware includes: a. bracket to permit the mounting of user-provided hardware, velocity sensors, computers, and other equipment b. physical connection(s), cables, and CAN bus interface 3. Conversion of GFE Segway HT platforms to robotic mobility platforms and Installation of RMP Conversion Kits onto 15 Segway HT platforms. 4. Delivery, Setup, Training, and Documentation a. Design documentation and User's Manual to include: i. operational and functional design description ii. user hardware and software requirements iii. troubleshooting suggestions iv. testing procedures b. Segway shall provide a technical representative to participate in one DARPA MARS RMP Workshop. 5. Technical Support of Units after Delivery a. Segway shall clearly state and fulfill the provisions of its standard warranty relating to unmodified aspects of the Segway units. b. Segway shall provide technical Support for a period of one year after RMP conversion to SSC San Diego and either directly or indirectly via SSC San Diego to the assigned laboratories and universities under the Mobile Autonomous Robot Software (MARS) program using the GFE RMPs. This support shall include, where appropriate, the fielding of diagnostic software to help users identify and debug operational and design problems that emerge during use of the RMP configuration. 6. Permission for the Government to use the name "Segway? RMP" - or another mutually agreed upon name - to designate the robotic research platform configuration. 7. Travel is estimated at 4 trips for 2 people for 4 days to SSC San Diego (vii) Schedule and Deliverables: 1. Draft of design documentation and User's Manual-45 days after contract award 2. Conversion of 15 GFE Segway HTs into robotic mobility platforms- 90 days after contract award 3. Service support - for a period of one year period commencing with the conversion of the units into robotic mobility platforms 4. DARPA MARS Segway RMP Training Workshop - to be determined by the DARPA Program Manager and SSC San Diego (viii) Solicitation provision at FAR 52.212-1, Instructions to Offerors --Commercial Items (Oct 2000) is hereby incorporated by reference. (ix) Solicitation provision at FAR 52.212-2(a), Evaluation -- Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other price-related factors considered. (x) Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certification -- Commercial Items (Jul 2002), with proposal. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2002) applies to this acquisition. (xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Item (May 2002). The following paragraphs for 52.212-5 apply to this solicitation and any resulting contract: (b)(1) 52.203-6, (b)(5) 52.219-8, (b)(11) 52.222-21, (b)(12) 52.222-26, (b)(13) 52.222-35, (b)(14) 52.222-36, (b)(15) 52.222-37, (b)(16) 52.222-19 (b)(21) 52.225-13, (b)(22) 52.225-15, (b)(23) 52.225-16, and (b)(24) 52.232-33. FAR clause 52.217-6, Option for Increased Quantity (Mar 1989) is hereby incorporated in full text, "The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor at least one day before contract expiration. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree". (xiii) Additional Contract Terms and Conditions applicable to this procurement is Type of Contract: A Firm-Fixed-Price contract will be awarded. Interested vendors may identify their interest and capability to respond to the requirement or submit proposals. Responses must identify ability to perform the work stated on the items above restricted by these factors: Limited rights in data, patent rights, copyrights, and secret processes which exist on the Segway HT. (xiv) The Defense Priorities and Allocations Systems (DPAS) assigned rating for this procurement is DO-A7. (xv) There are no Numbered Notes that apply to this solicitation. (xvi) Offerors shall submit two (2) copies of their proposal, by mail or express courier to Department of Interior, National Business Center, PO Box 12924, Fort Huachuca, AZ 85670-2924, ATTN: David Lopez or hand carried to Building 22208 (2nd Floor), Auger Ave, Fort Huachuca, AZ 85613. Proposals are due by 4:00 p.m. (Mountain Standard Time), 20 December 2002. (xvii) Point of contact for information regarding this solicitation is David Lopez, phone number (520) 538-0414.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NB1401FH&P_OBJ_ID1=107242)
- Place of Performance
- Address: US
- Zip Code: 85670
- Country: US
- Zip Code: 85670
- Record
- SN00219071-W 20021211/021209213525 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |