Status Report

NASA MSFC Solicitation: Spray On Foam Insulation Robot

By SpaceRef Editor
October 25, 2007
Filed under , ,

Synopsis/Solicitation Combo – Oct 25, 2007

General Information

Solicitation Number: NNM08223438Q
Posted Date: Oct 25, 2007
FedBizOpps Posted Date: Oct 25, 2007
Original Response Date: Nov 12, 2007
Current Response Date: Nov 12, 2007
Classification Code: 66 — Instruments and laboratory equipment
NAICS Code: 334519 – Other Measuring and Controlling Device Manufacturing

Contracting Office Address

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description

****** DIRECT ALL TECHNICALLY QUESTIONS AND QUOTES TO JANET APPLETON, HER CONTACT INFORMATION IS WITHIN THE BODY OF THIS SOLICITATION*********************

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.

This notice is being issued as a Request for Quotations (RFQ)] for ONE (1) spray on foam insulation robot with the following specifications:

SOFI Robot Specifications

1. Robot 1.1 Six axis electric robot with integrated linear 7th axis 1.2 Minimum 80 inch reach 1.3 Minimum 150 lbs. payload capability 1.4 Integrated speed of 60 inches per second 1.5 Safety hard stops on axis 1, 2 and 3 1.6 Cover plates for all servos 1.7 All axes should have mechanical brakes 1.8 A riser (~12″) may be required to increase the robot height

2. Controller 2.1 Minimum of 16 (8 per block) digital inputs and 16 digital outputs 2.2 Integrated PC 2.3 Ethernet IP option 2.4 Capability to upload programs from PC 2.5 Pendant control device with UI screen, dead man switch, and E-stop button 2.5.1 Remote pendant connection in spray booth. 2.6 UI for inputting spray parameters into and interacting with a program while executing 2.7 Will require a minimum of 20 ft. of cable from the end of the linear axis. 2.8 Minimum 2 MB of RAM 2.9 Minimum 20 MB of permanent mass storage. 2.10 E-Stop button on front panel, pendant, and 1 additional location. 2.11 Capable of importing programs (i.e. from Delmia) and creating programs from the pendant, including teach point programs. 2.11.1 As an additional line item, list the cost of the Fanuc offline programming software for specified robot

3. Linear Rail 3.1 30 feet long max 3.2 Adjustable hard stops and limit switches 3.3 Fast enough to maintain an integrated speed of 60 inches per second 3.4 Capable of running in an environment of foam dust and other contaminants without interfering with its operation 3.5 Cat-track capable of holding wiring, two air lines, and two 2 inch fluid lines 3.5.1 Need max bend radius of fluid lines 3.6 Should have a mechanical brake

4. Statement of Work 4.1 Deliver new robot and linear axis on site, MSFC. 4.1.1 Deliver to NASA Shipping and Receiving, BLDG 4631, MSFC AL 35812 4.1.2 NASA receiving will transport it to and place it in the spray booth 4.2 Remove existing S420 robot and controller 4.2.1 Robot vendor responsible for providing forklift lifting brackets 4.2.2 LMC personnel can provide and operate forklift for removal 4.3 Mount linear axis to floor, and install. 4.4 Mount robot to linear axis, and install. 4.5 Install controller in control room. 4.6 Connect equipment to existing power source. 4.7 Demonstrate the PC, controller, robot and linear axis for acceptance testing 4.8 Provide one weeks training on equipment for 2-4 people 4.8.1 PC to controller functionality 4.8.2 Basic operations of robot and controller 4.8.3 Creating teach pendant programs 4.8.4 Importing offline programs 4.8.5 Executing programs 4.5.6 Offline programming training

This procurement will be based on “Full and Open Competition”

All responsible sources may submit an offer which shall be considered by the agency.

Delivery to Marshall Space Flight Center (MSFC)to be determined. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9.

Offers for the items(s) described above are due by 11/12/2007 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), and be signed by an authorized company representative.

Offerors shall provide the information required by FAR 52.212-1 (SEPT 2006), Instructions to Offerors-Commercial Items, which is incorporated by reference.

If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act — Supplies,” the offeror shall so state and shall list the country of origin. FAR 52.212-4 (FEB 2007), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2007), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6,52.219-4,52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13

The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm

All contractual and technical questions must be in writing (e-mail or fax) to Janet Appleton at janet.l.appleton@nasa.gov or fax number 256-544-4401 no later than 12/09/2007. Telephone questions will not be accepted.

Selection and award will be made to the lowest priced, technically acceptable offeror, Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government’s requirement.

An ombudsman has been appointed — See NASA Specific Note “B”. It is the offeror’s responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).

Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Betty C. Kilpatrick
Title: Contract Specialist
Phone: 256-544-0310
Fax: 256-544-6062
Email: betty.c.kilpatrick@nasa.gov

SpaceRef staff editor.