Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-15 08:29:00
United States SAM

Hydraulically Amplified Self-Healing Electrostatic (HASEL) Actuators

Process Number N66604-22-Q-0013

USA

Dates:


Notice ID:

N66604-22-Q-0013

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NUWC DIV NEWPORT

Office:

NUWC DIV NEWPORT

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-15 08:29:00

Original Response Date:

Oct 28, 2021 02:00 am EDT

Inactive Policy:

15 days after date offers due

Original Inactive Date:

Nov 12, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

AJ11 - General Science and Technology R&D Services; General science and technology; Basic Research

NAICS Code:

541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)

Description:


Original Set Aside:

REQUEST FOR QUOTE FOR SOLE SOURCE HASEL ACUTUATORS – N66604-22-Q-0013 This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotation (RFQ) number is N66604-22-Q-0013. The North American Industry Classification Systems (NAICS) code for this requirement is 541715. The Small Business Size Standard is 1,000 employees. This action is being processed on a sole source basis to Empire Magnetics, Inc. as unrestricted, as concurred by the Naval Undersea Warfare Center Division, Newport’s (NUWCDIVNPT’s) Office of Small Business Programs. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) Bio-inspired Propulsor program has a requirement for the purchase of soft, linear, electrostatic actuators and development of novel geometries of such actuators for undersea robotic prototyping. The ‘Fast Hydrostatic Machines’ program requires the use of Hydraulically Amplified Self-Healing Electrostatic (HASEL) solid-state, soft actuators. Artimus Robotics, Inc. is the only vendor that offers Hydraulically Amplified Self-Healing Electrostatic (HASEL) dielectric soft linear actuators. Artimus Robotics possess world-wide exclusive intellectual property rights. Artiumus Robotics does not have any authorized resellers and is the only vendor that is capable of meeting the Government’s minimum requirements. NUWCDIVNPT intends to award a sole source, firm-fixed price contract to Artimus Robotics, Inc. for the following: CLIN Description Quantity 0001 Standard HASEL Actuator LC5015 (10 Stack) 5 0002 Artimus Custom Actuator (10 Stack) 4 0003 Design Analysis Report 1 0004 Progress Study 2 0005 Tradeoff Review 1 F.O.B. Destination: Newport, RI, 02841-1708. Period of Performance: Date of award to 8 months. Incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular. The below provisions and clauses apply to this solicitation: FAR 53.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.205-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-11 Representations by Corporations Regarding Delinquent Tax Liability or Felony Conviction; FAR 52.211-15 Defense Priority and Allocation Requirements; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation; DFARS 252.204-7019 Notice of NIST SP 800-141 DoD Assessment Requirements; DFARS 252.204-7020 NIST SP 800-141 DoD Assessment Requirements. In accordance with DFARS 252.211-7003, Item Unique Identification and Valuation, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government’s unit acquisition cost is $5,000.00 or more. Payment will be made via Wide Area Workflow (WAWF). Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisition.gov/far/. This request for quote requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The offer shall include price (inclusive of shipping price), shipping terms, and the following additional information with submission: Offeror Point of Contact (including phone number and email address), Offeror CAGE Code, and Offeror DUNs number. This notice is not a request for competitive quotes. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. The quote must be received on or before Thursday, October 28th, 2021 at 2:00PM EST. A quote received after this date and time is late and may not be considered for award. The quote shall be submitted via electronic submission to Dawn A. Griffin at dawn.a.griffin@navy.mil. Attachment 1: Statem0013ent of Work Attachment 2: Exhibit A, Contract Data Requirements List

Attachments / Links:


Document Size Updated date Download

Contact Information:


1176 HOWELL ST

NEWPORT , RI 02841-1703

USA

Primary Point of Contacts:

Dawn A. Griffin