SPECIAL NOTICE
66 -- Notice of Intent to Sole Source
- Notice Date
- 5/23/2011
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ10620938
- Archive Date
- 8/21/2011
- Point of Contact
- Matthew Bell, 601-634-2419
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(matthew.f.bell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to Sole Source ERDC Contracting Office intends to solicit on a sole source basis under the authority of FAR 13.501 to MACRO USA Corporation, 5390 Price Ave., McClellan, CA 95652-2402. MACRO USA is the only known company that can provide two robots capable of meeting the requirements listed below. Robot A (small): Size - The size of the robot dictates the number of subterranean exploration applications in which it can be employed because it impacts how small of a space it can be deployed into prior to operation. To maximize the use of the robot, the system shall not exceed 400 in3 (without a payload). Weight - The weight of the robot dictates the number of subterranean exploration applications in which it can be employed because it impacts what methods can be utilized for deployment prior to operation. The robot must have a maximum weight of 5 lbs (without a payload). Mobility - The robot must be able to traverse a variety of surfaces including dirt, concrete, wood, gravel and vinyl surfaces. The robot must be able to climb inclines of 45o, stairs and capable of turning on its axis. The robot must be capable of operating in multiple orientations incase the robot flips. The robot should be capable of utilizing both track and wheel assemblies. The robot should be capable of maintaining mobility while carrying a 5 lbs payload. System Components & Compatibility - The robotic system must be upgradeable and capable of being retrofitted with emerging systems, accessories and sensors. The system must use the industry standard for interconnectivity and communication protocol RS232. Components must be compatible with MIL-STD-1472F and JAUS compliant. Communications - Shall support wireless communications with the robot in non-line-of-sight tunnels. Must have a 300ft range in a non-line-of-sight confined space. Communications must be DD1494 approved and encrypted. Ruggedabilty - The system must comply with MIL-810G and be IP65 compliant. The robot must be capable of surviving and operating after a 3 meters vertical drop (while equipped with cameras). Camera configuration - Cameras must be capable of capturing video on each side of the robot from a stationary position. Cameras must be color optical and low light optical zoom cameras. In support of covert operation during low light conditions, the system must be capable of illuminating a target at a range of 15ft using non-visible light illuminators. Camera(s) must be capable of capturing 360o around the robot from a stationary position. The robot must be able to capture front and both side views simultaneously while in motion. When the robot flips/turns over, the images collected by the cameras shall automatically be reoriented for the ease of interpretation by the operator. Robot B (larger): Size - The size of the robot dictates the number of subterranean exploration applications in which it can be employed because it impacts how small of a space it can be deployed into prior to operation. It dictates how small of a space it can be deployed to. To maximize the use of the robot, the system shall not exceed 2,400 in3 (without a payload). Weight - The weight of the robot dictates the number of subterranean exploration applications in which it can be employed because it impacts what methods can be utilized for deployment prior to operation. The robot must have a maximum weight of 30 lbs (without a payload). Mobility - The robot must be able to traverse a variety of surfaces including dirt, concrete, wood, gravel and vinyl surfaces. The robot must be able to climb inclines of 45o, stairs and capable of turning on its axis. The robot must be capable of operating in multiple orientations incase the robot flips. The robot should be capable of utilizing both track and wheel assemblies. The robot should be capable of maintaining mobility while carrying a 25 lbs payload. System Components & Compatibility - The robotic system but be upgradeable and capable of being retrofitted with emerging systems, accessories and sensors. The system must use the industry standard for interconnectivity and communication protocol RS232. Components must be compatible with MIL-STD-1472F and JAUS compliant. Communications - Support both tethered and wireless communications. The tether must be capable of functioning as an umbilical, transmitting data and power (support operating for extended durations). The tether must be 1,500 ft in length and be reinforced to emergency retrieval. For wireless functionality in non-line-of-sight applications, the robot must employ the use of a COFDM radio and have a 300ft range. Communications must be DD1494 approved and encrypted. Ruggedabilty - The system must comply with MIL-810G and be IP65 compliant. The robot must be capable of surviving and operating after a 1 meters vertical drop. Camera configuration - Cameras must be capable of capturing video on each side of the robot from a stationary position. Cameras must be color optical and low light optical zoom cameras. In support of covert operation during low light conditions, the system must be capable of illuminating a target at a range of 15ft using non-visible light illuminators. Camera(s) must be capable of capturing 360o around the robot from a stationary position. When the robot flips/turns over, the images collected by the cameras shall automatically be reoriented for the ease of interpretation by the operator. Both Robot A & B: Both robots must be capable of traversing and monitoring confined spaces from non-line of sight vantage point. The robots must be portable by a lone operator and support lone operation. The robotic systems must also be capable of being set-up and removed by a single operator. The robots must support covert functionality by being capable of operating silently while in motion to avoid the notice of people it is approaching. Both systems must also be capable of 1 way audio communication. The batteries of both robots must meet military specifications and be rechargeable using an AC or DC power source. The robots must be a COTS system with no development required. Both systems must comply with MIL-STDD-882D for the safety of the operator. Controller (both robot A & B) - The controller must be a consolidated hand-held controller that supports all robot functions/modules. The controller must be capable of outputting video data collected by cameras on the robot in real-time and then display that video on a sunlight readable display built into the controller. The controller must also be capable of displaying multiple viewing angles from cameras on the robot simultaneously. The controller must be capable of adjusting the zoom of the robots' cameras and regulating the robots' speed. The controller must also be interchangeable between the same model robots and support data collection and storage to SD or CF cards. To meet Customs and Border Protection's (CBP) concept of operations, the controller must be no larger than 140 in3 (max; not including antennas) and weigh no greater than 2.5 lbs (max). To support use on the southwest border, the controller must be IP65 compliant and capable of operating in temperatures ranging from 0o F to 130o F. This is not a request for a competitive proposals and no solicitation is available. The Government intends to acquire a commercial item using FAR part 12. All responsible sources may submit a capability statement, proposal, or quotation to the Contract Specialist listed below not later than 12:00 p.m. CST on 31 May 2011. Interested parties may submit any information for consideration by the Government to matthew.f.bell@usace.army.mil with solicitation number referenced in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ10620938/listing.html)
- Record
- SN02454905-W 20110525/110523234758-e2ddb122365bed496f1bd7caa629a0b3 (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 |