SOLICITATION NOTICE
66 -- 3D ROBOTIC IMAGING SENSOR SYSTEM - SOLICITATION SCHEDULE
- Notice Date
- 8/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-09-RQ-0543
- Archive Date
- 9/5/2009
- Point of Contact
- Mary Alice Powe, Phone: 301-975-8567
- E-Mail Address
-
maryalice.powe@nist.gov
(maryalice.powe@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation schedule SB134109RQ0543 FBO ANNOUNCEMENT: COMBINED SYNOPSIS/SOLICITATION ACTION CODE: CLASSIFICATION CODE: 66 - INSTRUMENTS AND LABORATORY EQUIPMENT SUBJECT: 3D IMAGING SENSOR SYSTEM FOR ROBOTIC PLATFORM SOLICITATION NUMBER: NB861040-9-05847 RESPONSE DATE: 21 AUG 2009, 10:00 AM (EST) CONTACT POINTS: MARY ALICE POWE, CONTRACTING OFFICER (301) 975-8567 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 FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT 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 (FAC) 2005-35. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all responsible offerors may submit a quotation. ***The National Institute of Standards and Technology (NIST) has a requirement for a 3D IMAGING SENSOR SYSTEM to be used in the Building Fire and Research Laboratory (BFRL) at NIST, Gaithersburg, MD. ***BACKGROUND The National Institute of Standards & Technology (NIST) has a requirement for a high frame-rate 3D imaging system (herein referred to as "the SENSOR SYSTEM") that delivers both range image data and co-registered video for mobile robot control applications. The range and video cameras must be mounted together and co-registered on a pan-and-tilt mechanism to provide an expanded operational field of view. A common, integrated interface for sensor control, data access, and pan-and-tilt control must be provided. ***All interested Offerors shall provide a quote for the following line item(s): LINE ITEM 0001: The Offerer shall furnish one (1) SENSOR SYSTEM. Peripherals, which include but are not limited to control software and an application programming interface (API). The system is to include manuals, schematics, maintenance tool kit (if specialized tools are required), user training, software/hardware upgrades and applicable warranties. *** The system shall meet or exceed the following technical specifications: Offerors MUST meet or exceed each specification requirement listed below. Offerors are advised to address each mandatory specification requirement in detail, indicating how the instrument offered meets the specification. Please follow the same list format as set out below as this will enable the evaluators to clearly identify the aspects that are being discussed in your responses. No demonstration models, used or refurbished systems will be considered. MINIMUM TECHNICAL SPECIFICATIONS 1. 3D Imaging: The SENSOR SYSTEM must include a high frame-rate 3D imager (a.k.a. range camera) that meets the following minimum characteristics: a. Design: Solid state. b. Safety: Eye-safe. c. Resolution: minimum of 170 pixels x 140 pixels. d. Field of view: Greater than or equal to 40 degrees x 30 degrees. e. Range: Minimum range less than or equal to 0.3 meters. Maximum range of greater than or equal to 5 meters. f. Frame rate: Greater than or equal to 30 frames per second. g. Data: 3D imager provides both intensity and range image data. h. Triggering: In addition to being able to trigger the 3D imaging sensor through software via the communications interface, an external input to trigger the sensor must also be provided. 2. Machine-Vision Camera: The SENSOR SYSTEM must include a camera meeting the following minimum characteristics: a. Image output: RGB color with 8 bits per channel or greater. b. Resolution: Greater than or equal to 1280 pixels x 1024 pixels. c. Frame rate: Greater than or equal to 30 frames per second. d. Triggering: In addition to being able to trigger the camera through software via the communications interface, an external input to trigger the camera must also be provided. 3. Pan and Tilt mechanism: The SENSOR SYSTEM must include an integrated pan and tilt mechanism which meets the following minimum characteristics: a. Horizontal rotation (pan) limit: Greater than or equal to 330 degrees of panning motion. b. Vertical rotation (tilt) limit: Greater than or equal to 100 degrees of tilting motion. Unit must have a minimum of -80 degrees tilt (i.e., look down capability). c. Position resolution: Less than or equal to 0.05 degrees. d. Minimum pan and tilt speed: Less than or equal to 0.05 degrees per sec. e. Maximum pan and tilt speed: Greater than or equal to 250 degrees per sec. f. Sensor mounting and calibration: The sensors must be able to be removed from the pan and tilt mechanism. A method for recalibrating the sensors once reinstalled must be provided. g. Power: Single 12-24V power supply. h. Payload: Must support the specified 3D imaging sensor and the camera. 4. Control Software: The SENSOR SYSTEM must include integrated control software and an application programming interface (API) which provides capability to send outputs to actuators and read inputs from the sensors. The following capabilities must be provided: a. Send configuration parameters to the 3D imager and the camera (e.g., setting frame rate, resolution, and etc.). b. Communications interface: USB 2.0, Firewire 800, or Ethernet (Ethernet preferred). c. Read data from the 3D imager, the camera, and the pan and tilt mechanism. d. Diagnostic software for reading all of the system parameters/status and for testing all available functionality. e. Cross-platform operation (Windows, Linux, Mac). f. Set motion control parameters (e.g, range of angular motion limits, angular rotational speed limits, etc.) g. Programming capability for basic behaviors such as homing, repetitive movement, etc. h. Real-time control at up to 30 commands/sec enabling both absolute and relative positioning. *** Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for up to four (4) technicians at NIST. The contractor shall provide two (2) complete sets of operating manuals (electronic format and hard copy) for all components of the delivered system. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed no later than 3 months after delivery. 2. The Contractor shall provide a minimum of one (1) year of warranty in the quotation. In addition to manufacturer defects and other provisions and limitations stated in the Contractor's warranty, the warranty shall include unlimited technical support and unlimited software updates (if applicable) during the warranty period. During this warranty period, the Contractor will be responsible for the costs and arrangements for maintenance covered under the warranty.   PERFORMANCE REQUIREMENT SUMMARY: Desired Output(DO) Required Service (RS) Performance Standards (PS) Monitoring Methods (MM) (DO) What do we want to accomplish as the end result of this requirement? What task must be accomplished to give us the desired results? (RS) What should be the standards for completeness reliability, accuracy timeliness and quality? (PS) How will we determine that success has been achieved? (MM) Acquisition of a 3D imaging system for robotic platform. Provision of a 3D imaging system for robotic platform. The proposed system must meet or exceed the requirements set forth in the Statement of Work. Visual Physical check at NIST laboratory for adherence to specification. Performance check at NIST will be conducted in order to demonstrate that the System meets or exceed the minimum technical specifications listed herein. The tests will be performed as soon as the sensor system is installed and ready as determined by the contractor, and maybe witnessed by the contractor. Selection Criteria: **** Award will be made on a best-value basis. The Government will evaluate the quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. Technical Capability, Past Performance and Past Experience when combined are more important than Price. Technical Capability: Evaluation of technical Capability shall be based on the information provided in the quotation. Quotation shall include the make and model of the products manufacturer sales literature or other product literature, which clearly documents that the offered product(s) meet or exceed the specifications stated above. Discriminating additional features - Strongest consideration will be given for a system with one or more of the following additional features or capabilities: Additional Feature #1. Pan and tilt about a single point. 3D imager should be mountable such that its optical center is at the single point of horizontal and vertical rotation. Additional Feature #2. Simulation of pan and tilt mechanism and sensor operation for off-line program testing. Experience: Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems for the types of applications described herein. Evaluation of past experience may be based on contacts used for past performance; however, the vendor should provide additional references relating to its past experience information, if necessary. The supplier of the instrument must have a proven record of reliability and experience in the area proposed preferably within the last three years which in this case will apply to a system that meets the requirements herein. Past Experience: This will be evaluated to determine the overall quality of the products and services provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and or information from other sources including NIST. Quoters shall provide a list of at least three (3) references for whom the same or similar products have been sold. The list of reference shall include, at a minimum: the name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number, the amount of the contract and the address and the telephone number of the contracting officer, if applicable and the date of delivery or the date services were completed. ***Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ***Delivery shall be FOB DESTINATION and be completed in accordance with the contractor's commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001 ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.217-5 -- Evaluation of Options (Jul 1990) ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: Clauses: 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns (7) 52.219-8, Utilization of Small Business Concerns; (16) 52.222-3, Convict Labor (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (18) 52.222-21, Prohibition of Segregated Facilities (19) 52.222-26, Equal Opportunity (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-36, Affirmative Action for Workers with Disabilities (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24) 52.222-50, Combating Trafficking in Persons (29) 52.225-3, Buy American Act - Free Trade Agreement - Israeli Trade Act (31) 52.225-13, Restrictions on Certain Foreign Purchases (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. E-mailed quotes are acceptable at maryalice.powe@nist.gov. Reference the solicitation number in the subject line of email. Faxed quotes will NOT be accepted. ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0543/listing.html)
- Place of Performance
- Address: 100 BUREAU DRIVE, BLDG 301, MAILSTOP 1640, GAITHERSBURG, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN01904711-W 20090810/090808233606-7dfc1b1fdcdbad7866247ff37dc29bec (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |