SOLICITATION NOTICE
99 -- Mapping and Transport Evaluation Robot
- Notice Date
- 7/24/2020 11:46:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
- ZIP Code
- 03755-1290
- Solicitation Number
- W913E520Q0028
- Response Due
- 7/31/2020 9:00:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- Will McFarland, Phone: 6036464119, Melodie Fisher, Phone: 6016344687
- E-Mail Address
-
william.a.mcfarland@usace.army.mil, melodie.y.fisher@usace.army.mil
(william.a.mcfarland@usace.army.mil, melodie.y.fisher@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number W913E520Q0028 is being issued as a request for quotation (RFQ).� This requirement is 100% small business set-aside. The associated North American Industry Classification System (NAICS) code is 333999 � All Other Miscellaneous General Purpose Machinery Manufacturing. The small business size standard is 500 employees. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL) has a requirement for an autonomous mapping and transport robot with the following specifications: General. 4-wheeled robot with flat upper platform suited for the warehouse environment and the attachment of bins and shelves, capable of carrying at least 300lbs and not more than 400lbs, and of operating over cracks and depressions in the floor of up to 1-inch in width and depth with no loss of traction. Power. 300 Watt rated wireless charger for opportunistic charging, including both transmitter and receiver.� Compatibility. Must be accessible from a standard computer using standard software for controls purposes. Vendor should submit information on the controls system, and the standard software must be included for government use. Controls. Must be ROS (Robot Operating System) based for compatibility to control systems and work envisioned as part of the project. Connectivity. Must be capable of operating without an outside internet connection, using a manual update process. Omnidirectional maneuvering. Must be capable of maneuvering omnidirectionally, with a travel speed of 1.2m/s, and mecanum drive wheels. Battery capacity. Batteries must provide at least 1kWh of onboard energy for 8+ hour typical run time. LiDAR. Must have 360 degree FOV LiDAR with 90-meter range for navigation. Should include auxiliary power package including a ROS node, 24V General Purpose I/O, 6 inputs, 6 outputs, accepting 12V � 36V input range with 24V nominal battery power, 20A breakers for all channels, and auxiliary power controlled by the embedded controller. Must have accessory bay for mounting custom payloads. Route-mapping process. The robot must be designed to learn routes adaptively by developing an initial map through a human-guided steering process. The human guided steering process must be executable by Army personnel, without an outside internet connection or vendor technicians present. Cart connector hitch. Must have a hitch capable of connecting to a wheeled cart for cart handling. Limited outdoor use. Must be capable of being used outside in good weather on a loading dock or other facility-adjacent flat concrete location for GPS satellite communication to the sensor payload. Other. Must include transportation/shipping case. � Please reference the attached RFQ for applicable provisions and clauses.� The Government intends to award a firm fixed-price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) responsible quote.� The following factors will be used to evaluate offers: ability to meet the required technical specifications and price. Please provide responses to this notice, no later than Friday, 31 July 2020, 12:00 PM, Eastern Standard Time (EST) to: William.A.McFarland@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b366e566575b4334966333f02fc005a5/view)
- Place of Performance
- Address: Hanover, NH 03755, USA
- Zip Code: 03755
- Country: USA
- Zip Code: 03755
- Record
- SN05733565-F 20200726/200724230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |