SOLICITATION NOTICE
R -- Conduct Measurement Visibility of a Forklift - Package #1
- Notice Date
- 3/26/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- 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
- SB1341-12-RQ-0222
- Archive Date
- 4/20/2012
- Point of Contact
- Carol A. Wood, Phone: 301-975-8172, Carol A. Wood, Phone: 301-975-8172
- E-Mail Address
-
carol.wood@nist.gov, carol.wood@nist.gov
(carol.wood@nist.gov, carol.wood@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment I 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 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) for commercial services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 with a small business size standard of $7.0M. This acquisition is 100% set-aside for small business. Responsible quoters shall provide pricing for the following line item: LINE ITEM 0001: Quantity (1) Job. The Contractor shall provide all labor, materials, equipment, travel and services necessary to conduct measure the visibility of a forklift, in accordance with the following statement of work: BACKGROUND The National Institute of Standards and Technology (NIST), Intelligent Systems Division (ISD) develops, advances and deploys measurement science and standards to speed development, adoption, and integration of leading-edge intelligent technologies to advance U.S. manufacturing performance. Within ISD, the Next Generation Robotics and Automation Program addresses the measurement science and standards necessary to enable the next generation of smart robots and automation systems and to ensure their adoption in manufacturing in the U.S. at scales ranging from the very small to the very large. The Program addresses major barriers including perception, manipulation, human-robot interaction, and safety. It does so through targeted projects that develop standards and performance measures that will help drive research and spur development and applications of intelligent automation that can operate in real world manufacturing and in close proximity with people. Forklifts are readily used in manufacturing and near people. However, lack of operator visibility for forklift drivers is a critical issue requiring improved forklift designs and/or augmented imaging systems that can provide visibility for blind spots to operators. Current measurement of visibility is crude using light to cast shadows on test boards and count the dark squares. Therefore, improved measurement technology and methods are required to improve forklifts. TASKS The Contractor shall use advanced measurement technology to measure the non-visible operator regions of a forklift similar to current standards, to analyze the results and provide an initial design for an automated method for measuring visibility. 1. The Contractor shall measure the visibility of a forklift in accordance with tests outlined in the ANSI/ITSDF B56.11.6 - 2005, Evaluation of Visibility from Powered Industrial Trucks; Downloadable from http://www.itsdf.org/pB56.asp); and Attachment I, entitled "Measurement and Evaluation of Visibility Experiments for Powered Industrial Vehicles," NIST Internal Report (NISTIR) #7837, December 2011, using only advanced sensor system(s) (i.e., high definition laser scanner, surveyor, geospatial measurement device and/or 3D imager) detailed as: a. Temporarily mount/clamp the manually-moveable, as specified in the standards and NISTIR, advanced sensor system to a NIST-owned forklift. Mounting shall allow advanced sensor system rotation and sliding capability to simulate the forklift operator head motion throughout the average (standard specified) volume. NIST will provide a Clark GPX 50 forklift, or equivalent for the purpose of work under the resultant purchase order. Work with the forklift must be performed on-site at NIST; b. Collect and analyze the measured data showing graphically and analytically the results of operator visibility for the forklift; c. Findings shall report on operator visibility showing forklift obstructions as compared to the current standard criteria of all standard ANSI B56.11.6 and ISO/FDIS 13564- 1 tests discussed in NISTIR #7837 for powered industrial vehicles. 2. The Contractor shall provide a final report of results of the operator visibility of a manned forklift, according to the eleven tests listed in the above standards and NISTIR, using advanced optical measurement technology as compared to current standard methods. The report must also provide recommendations of the need for advanced measurement techniques for powered industrial vehicles over current standard light shadow methods. Two printed copies of the detailed final report shall be submitted in full color and electronically; Raw 3D data point clouds and models of the tests performed shall be provided with the report on storage media such as CD's, DVD's, hard drive or other file-sharing medium; 3. The Contractor shall provide an initial design for an automated visibility measurement system for powered industrial vehicles. The format shall include 2D and 3D strawman or concept CAD drawings, block diagrams of control system designs, discussion of system setup and use including estimated time for each, explanation of how the system will meet ANSI B56.11.6 and ISO/FDIS 13564-1 (discussed in NISTIR #7837) tests and a description of how the system data will be computed, analyzed and displayed in the standard specified report. PERIOD OF PERFORMANCE The period of performance shall be from the date of award through August 30, 2012. PLACE OF PERFORMANCE Work shall be performed at the Contractor's site and on-site at NIST. Work on-site at NIST shall take place during regular business hours. Hours must be scheduled in advance with the NIST Technical Contact (to be identified at the time of award), however, must be within regular business hours of 7:00 AM and 5:00 PM Eastern Time. DELIVERABLES Draft initial design for an automated visibility measurement system. Due Date: July 31, 2012; Final initial design for an automated visibility measurement system. Due Date: August 30, 2012; Final report. Due Date: August 30, 2012. INSPECTION AND ACCEPTANCE CRITERIA The NIST Technical Contact will review all deliverables submitted by the Contractor to ensure that deliverables are complete, accurate, comprehensive, and meet all specific requirements. Comments or approval shall be provided to the Contractor with seven days of receipt of any given deliverable. The Contractor shall revise deliverables in accordance with comments received at no additional cost to the Government and within 14 days of receipt of the comments. TRAVEL Required travel shall be conducted as determined appropriate by the Contractor. All travel costs shall be included in the Contractor's quotation and shall be in accordance with Government Travel Regulations. EVALUATION CRITERIA AND BASIS FOR AWARD Award shall be made on a technically acceptable/low price basis. Technically acceptable means: -The quoter can demonstrate previous measurement knowledge and experience using advanced laser scanning measurement equipment including FARO and Leica systems; -The quoter maintains field measurement experience measuring industrial or construction equipment operator viability from within operator cabins. Evaluation of Technical Acceptability shall be based on the documentation provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that all of the requirements that define technically acceptable are met. Price shall be evaluated for reasonableness and realism. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) For evaluation of Technical Acceptability the Contractor shall submit all of the following: -Clear documentation of measurement knowledge d experience using advanced laser scanning measurement equipment including FARO and Leica systems; -Clear documentation of field measurement experience measuring industrial or construction equipment operator viability from within operator cabins. 2) An original and one copy of a price quotation for all required work; 3) This is an Open-Market Combined Synopsis/Solicitation for services 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. 4) If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 5) The quoter's Dun & Bradstreet Number. The successful quoter must have an active registration in the Central Contractor Registration; www.ccr.gov. Refusal to register will forfeit award. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. local time on Thursday, April 5, 2012. FAX quotations shall not be accepted. E-mail quotations shall be accepted. An e-mail quotation shall be considered received when it is received in the electronic inbox of Carol Wood. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of hard copies of quotes. If hard copies are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 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: 52.219-6, Notice of Total Small Business Set Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policies to Ban Text Message While Driving; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 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; and NIST LOCAL 36 - TRAVEL NOTE (a) The government will reimburse the contractor for all necessary expenses in connection with travel authorized pursuant to this order/contract. Costs incurred for lodging, meals, and incidental expenses shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations prescribed by the General Services Administration. (b) Subsistence is authorized in accordance with the DoC and Federal Travel Regulations. Invoices requesting reimbursement for travel must be accompanied by itemized paid receipts. The invoices must be submitted to the payment office specified elsewhere in this order/contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0222/listing.html)
- Place of Performance
- Address: NIST, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02705449-W 20120328/120326234556-80fbbad11f9474b61ffa3d462f759ef3 (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 |