SOLICITATION NOTICE
39 -- NB735130-12-04278 Automated Guided Vehicle - Package #1
- Notice Date
- 8/22/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336999
— All Other Transportation Equipment 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, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- NB735130-12-04278
- Archive Date
- 10/31/2012
- Point of Contact
- Willie W. Lu, Phone: 3019758259, Chon S. Son, Phone: 301-975-8567
- E-Mail Address
-
willie.lu@nist.gov, chon.son@nist.gov
(willie.lu@nist.gov, chon.son@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation 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 ACQUISITION IS BEING PROCURED UTILIZING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-60 The associated North American Industrial Classification System (NAICS) code for this procurement is 336999 with a small business size standard of 500 employees. This acquisition is being procured as a small business set-aside. BACKGROUND The Intelligent Systems Division at the National Institute of Standards and Technology (NIST) has a requirement for an Automated Guided Vehicle (AGV) System that must be able to send multiple splines in real-time to the vehicle for traversal. The AGV must be able to sense obstacles in the vehicle path, use the sensed data to update the AGV route planner, and execute a new spline/route in real time to drive in the adjacent lane and around the obstacle. All items must be new. Used or remanufactured equipment will not be considered for award All interested Contractors shall provide a firm fixed price quote for the following: Line Item 0001: Quantity One (1) each, Automated Guided Vehicle (AGV) System, that must meet or exceed the following minimum specifications. (The contractor should mention when the specifications are exceeded) 1. The vehicle must meet or exceed the following specifications: Counterbalanced forklift Automated Guided Vehicle • Lift: o Electric, single-stage o Precision (3 mm (onboard controller-sensed) resolution and accuracy) o Maximum fork height: at least 55" • Maximum Speed: at least 1 m/s vehicle speed (2 m/s ideal) • Acceleration/Deceleration Range: programmable - 100 mm/s/s to 500 mm/s/s • Motors: direct current (DC) - for researchers to directly measure drive current • Capacity: 1000 Lbs. payload • Size: approximately 36" W x 79" H x 58" L without forks • Fork length: 48" (forks are clamped, set or bolted on for easy removal/replacement) • Steering: Omni-directional • Vehicle Navigation: spinning-laser triangulation from facility reflectors with 2-5 mm accuracy at 6 Hz and with reflector positions automatically surveyed or imported from a text file • Power: 48Vdc sealed batteries • Design: o The design of the vehicle should be similar to typical industrial AGV's. An example is shown in figure 1 showing cantilevered forks and lift on one end and vehicle body on the other end. Figure 1 - conceptual view of the requested AGV. The figure also shows (NIST-owned) 3D imaging sensors mounted and are not a part of the specification. Safety: • Emergency stop buttons • Indicator lights and audible alerts • Full vehicle surround, non-contact, laser detection and ranging (LADAR) safety sensing with multiple zones. Charging: • a supplied charger with cable and external AGV charge port connection access for plug-in charging • must be able to only-charge and/or charge while developing control code on the AGV in a parked location and to execute onboard robot motion • overnight charge allows a minimum of 6 hrs run time (ideal: 1 hr charge allows 2 hrs runtime) Controller: • Most recent version of Kollmorgen NDC 8 Controller • Manual pendant control or onboard display/control panel • Remote computer control via 802.11x wireless LAN • Must be able to access all onboard sensor signals, including: wheel encoders, AGV position/navigation, fork speed and height, safety • Must be able to access all vehicle diagnostics including: speed, acceleration, fork speed and height, battery charge, and safety system • Routing programmability • OpenPCS 6.5 or later, WLAN - LAN connection • Windows 7 Support, 64-bit Support • System Manager, Cway, Layout Designer, System Application Designer, Reflector Surveyor Control software: • Must be able to develop and load motion splines in real time to the controller and motion system. Real time rejection/replacement or change of executed splines is ideal. • Must be able to send multiple splines in real-time to the vehicle for traversal. • Must be able to sense obstacles in the vehicle path, use the sensed data to update the AGV route planner, and execute a new spline/route in real time to drive in the adjacent lane and around the obstacle. Documentation: full documentation for full-use, software development, maintenance and on all onboard sensor and controller systems Other Features: • Must be able to drive on standard maximum inclined ramps (5% ramp incline). • Must be able to track, precision locate, command in real time, view diagnostics, obstacle detection from a remote computer using 802.11x wireless WLAN. 2. Non-mandatory (optional) Features: The vehicle can include the following specifications (The Contractor shall indicate if any of the below can be met): • Able to program the vehicle using standard control languages of C/C++, Matlab, Simulink, or PLC-based software. • Open source controller to develop and execute our own C/C++ code where we have access to all sensor data (encoders, obstacle detection, speed, turn, height, etc.) and can control motion based on these sensors data • Switchable onboard controllers from the NDC 8 Controller to the Beckhoff open source controller and vice versa, OR include the NDC 8 controller and include the capability for NIST to purchase an open source controller as a future option and provide the controller switch capability. • Terminal block access to all sensor signals within the control housing • Interface and use the SkyTrax/Eyeway system and the onboard vehicle safety sensors scanning walls and corridors (trucks) or combinations of these and the spinning laser triangulation system for AGV navigation. • API's for both off and onboard software routines. • Be able to interface to (power, carry, and precision-locate (to within 3 mm)) a Kuka DLR Lightweight Robot along X, Y, and Z axes using the AGV mobility and lift system. Line Item 0002: Quantity One (1) each, Installation-The Contractor shall provide on-site installation at NIST Gaithersburg and shall include, at a minimum, uncrating/un-packaging of all equipment, set-up and hook-up of the system, turn-key start up including all testing of the system and software (if applicable), and demonstration of all performance specifications. The Contractor will perform an in-house demonstration of the functionality of the equipment. Line Item 0003: Quantity One (1) each, Training-The Contractor shall provide training, of at least 1 half day, for up to 2 NIST personnel, at either the Contractor facility or at NIST. Training shall be conducted within 7 days after installation, and scheduled in advance with the NIST Technical Contact to be identified at the time of award. INSPECTION AND ACCEPTANCE CRITERIA The equipment received will be inspected by NIST personnel for damage due to shipment. The contractor shall install and test the equipment at the NIST property. FINAL ACCEPTANCE (See also FAR 52.212-4(a)) Final acceptance shall be provided upon successful completion of all of the following: Delivery, installation, training and demonstration of all performance specifications. TECHNICAL EVALUATION CRITERIA Award shall be made to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement", and 2) Price. If Technical Capability is equivalent, price shall be the determining factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all requirements. NIST will evaluate any non-mandatory features proposed. Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award. Quoters shall also include product literature which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. QUOTATION SUBMISSION INSTRUCTIONS All vendors shall submit the following to Willie Lu, Contract Specialist at willie.lu@nist.gov: 1) An electronic version of a quotation which addresses all of the above items; 2) Technical description, specifications, and/or product literature; and 3) the most recent published price list(s) with quoted item(s) highlighted. This is an Open-Market Combined Synopsis/Solicitation for item(s) 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. All quotations must be submitted electronically via Email, and be received not later than 2:00 PM Eastern time, on Wednesday, September 5, 2012. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Willie Lu at willie.lu@nist.gov Any questions or concerns regarding this solicitation must be forwarded in writing via e-mail to Willie Lu, Contract Specialist, at willie.lu@nist.gov The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. The following FAR 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: (1) 5.203-6 Restrictions on Subcontractor Sales to the Government; (8) Utilization of Small Business Concerns; (16) 52.219-28 Post Award Small Business program Rerepresentation; (17) 52.222-3 Convict Labor; (18) 52.222-19 Child Labor - Cooperation with Authorities and Remedies; (19) 52.222-21, Prohibition of Segregated Facilities; (20) 52.222-26, Equal Opportunity; (21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (22) 52.222-36, Affirmative Action for Workers with Disabilities; (23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (and (30) 52.232-33, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration. 52.227-17 Rights in Data - Special Works. The following Department of Commerce (CAR) clauses Department of Commerce Clauses apply to this acquisition: 1352.201-70 Contracting Officer's Authority; 1352.201-72 Contracting Officer's Technical Representative (COTR); 1352.209-70 Organizational Conflict of Interest; 1352.209-72 Restrictions Against Disclosure; 1352.209-73 Compliance with the Laws; 1352.231-71 Duplication of Effort; 1352.233-70 Agency Protests; and 1352.227-70 Rights in Data, Assignment of Copyright.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB735130-12-04278/listing.html)
- Place of Performance
- Address: Contractor facility, and/or, NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02851034-W 20120824/120823001444-bad105d85361d3f588c558e294eff29e (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 |