ContractCombined Synopsis/Solicitation

Quadruped Robots for Industrial inspection of the NIH Central Utility Plant (CUP)

DEPARTMENT OF HEALTH AND HUMAN SERVICES 2025-NIH-0RF-DTR-ROBOT
Response Deadline
Sep 10, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the acquisition of two quadruped robots designed for industrial inspection at the NIH Central Utility Plant in Bethesda, Maryland. The procurement aims to enhance continuous surveillance and data acquisition capabilities, replacing traditional manual inspection methods with advanced robotic technology, which includes sensing equipment, command and control software, and training as part of a comprehensive "turnkey package." This initiative is critical for maintaining operational efficiency and safety within the facility, ensuring robust autonomous navigation and seamless integration with existing systems. Interested vendors must submit their proposals by 4 PM EST on September 10, 2025, to the Contracting Officer, Kala Shankar, at kala.shankar@nih.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.

Classification Codes

NAICS Code
333998
All Other Miscellaneous General Purpose Machinery Manufacturing
PSC Code
5999
MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS

Solicitation Documents

7 Files
Attachment 7 Invoice Instructions.pdf
PDF87 KB9/4/2025
AI Summary
This document outlines the invoicing instructions for federal government contractors, detailing the process for submitting, tracking, and ensuring proper invoice submission. Contractors must send original invoices simultaneously to ORFOAInvoice3Way@mail.nih.gov and the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For email submissions, invoices and all supporting documentation, not exceeding 30MB, must be scanned as a single PDF attachment, saved in the format 'YourVendorName_Invoice number', and emailed to both ORFOAInvoice3Way@mail.nih.gov and invoicing@nih.gov. The email subject line should match the attachment format. Contractors can check invoice status by calling (301) 496-6088. The document specifies 22 mandatory invoice requirements, including vendor and remit-to information, invoice date, unique invoice and NBS document numbers, Unique Entity Identifier (UEI), Federal Taxpayer Identification Number (TIN), a description of supplies/services matching the award, and the Contracting Officer's name. Invoices not meeting these criteria will be deemed defective, with contractors notified within 7 days. This comprehensive guide ensures compliance and efficient payment processing for government contracts.
Attachment 6 Pricing Template.xlsx
Excel13 KB9/4/2025
AI Summary
Attachment 6 is a pricing template for a federal government Request for Proposal (RFP) detailing costs associated with acquiring and maintaining quadruped robots and related services over a base year and four option years. The base year outlines hardware costs for two quadruped robots, standalone computing devices, and peripherals like docking stations, batteries, and EAM kits. It also includes "Other Costs" such as Robot Control and Data Acquisition VM Subscriptions and various licenses (Operation & Training, Installation, Field Application Engineering). A critical component is the Year 1 Service Plan, which requires specifying inclusions and exclusions. For option years 1-4, the template requests annual pricing for full factory coverage and support encompassing hardware, software, licensing, engineering, training, maintenance, and repair, again requiring a detailed description of what is and isn't included. The document emphasizes itemizing unit and total prices for all components and services, culminating in a grand total.
Attachment 5 Evaluation Factors.pdf
PDF112 KB9/4/2025
AI Summary
This government RFP attachment outlines evaluation factors for a system, focusing on Go/No-Go criteria and weighted technical factors. Key Go/No-Go requirements include timely response, comprehensive RFP coverage, single-point accountability, OEM-signed evidence for firmware/updates, API/SDK maintenance, ATO artifacts, warranty/training authorization, and sovereign control acceptance (U.S. data residency and support). Technical factors, weighted for importance, cover true concurrency, runtime/mobility in utility plants, turnkey installation, enterprise data/integrations (SCADA/historian, IBM Maximo, AVEVA PI), cybersecurity/ATO (encrypted communications, vulnerability management), U.S. supply-chain posture, lifecycle support, and validated elevator/manipulation workflows. The document emphasizes adherence to stringent technical, operational, and security standards for integrated systems in federal enterprise networks.
Attachment 4 -52-212-5-Contract-Terms-and-Conditions-Required-To-Implement-Statutes-or-Executive-Orders---Commercial-Products-and-Commercial-Services-.pdf
PDF87 KB9/4/2025
AI Summary
The document, FAR clause 52.212-5, outlines mandatory and conditionally applicable contract terms and conditions for commercial product and service acquisitions, stemming from federal statutes and Executive Orders. It details clauses covering areas like internal confidentiality agreements, prohibitions on certain hardware/software, telecommunications equipment, inverted domestic corporations, and accelerated payments to small business subcontractors. Additionally, it includes clauses the Contracting Officer must check as appropriate, such as restrictions on subcontractor sales, business ethics, whistleblower protections, reporting executive compensation, service contract reporting, and prohibitions on specific foreign applications and drone systems. The document also addresses small business set-asides, equal opportunity for veterans and individuals with disabilities, combating human trafficking, environmental considerations, Buy American provisions, trade agreements, and payment regulations. It specifies Comptroller General examination rights for certain contracts and outlines which clauses must be flowed down to subcontracts, with some exceptions and alternate provisions for specific scenarios.
Attachment 3 - 52-212-3-Offeror-Representations-and-Certifications---Commercial-Products-and-Commercial-Services-.pdf
PDF109 KB9/4/2025
AI Summary
The document 52.212-3, "Offeror Representations and Certifications—Commercial Products and Commercial Services," outlines the mandatory representations and certifications required from offerors for federal government solicitations. It details various definitions for terms like "Economically disadvantaged women-owned small business (EDWOSB) concern," "Forced or indentured child labor," and "Service-disabled veteran-owned small business (SDVOSB) concern." Offerors must complete specific paragraphs of the provision based on whether they have updated their annual representations in the System for Award Management (SAM). The provision covers critical areas such as small business status (including veteran, disadvantaged, women-owned, and HUBZone), compliance with Executive Order 11246 regarding equal opportunity and affirmative action, certifications against payments to influence federal transactions, and compliance with "Buy American" and "Trade Agreements" acts. Additionally, it addresses responsibility matters (e.g., debarment, criminal convictions, delinquent taxes), child labor, place of manufacture, exemptions from Service Contract Labor Standards, Taxpayer Identification Numbers, restricted business operations in Sudan, inverted domestic corporations, and prohibitions related to Iran. The document emphasizes transparency, ethical conduct, and adherence to various federal regulations and policies in government contracting.
Attachment 2 - 52-212-1-Instructions-to-Offerors-Commercial-Products-and-Commercial-Services.pdf
PDF55 KB9/4/2025
AI Summary
The document, FAR provision 52.212-1, outlines essential instructions for offerors submitting proposals for commercial products and services to the government. It details requirements for submissions, including NAICS codes, small business size standards, and minimum offer content such as solicitation number, technical descriptions, price, and representations. The provision also addresses offer acceptance periods, submission of product samples, guidelines for multiple offers, and procedures for late submissions, modifications, revisions, and withdrawals. Furthermore, it explains contract award processes, potential for multiple awards, access to requirements documents, unique entity identifier requirements, and post-award debriefing information. The document emphasizes the importance of comprehensive and timely submissions, outlining conditions under which offers may be rejected or considered late, and highlights the government's right to evaluate offers without discussions.
Attachment 1 Statement of Work.pdf
PDF240 KB9/4/2025
AI Summary
This document outlines a Request for Proposal (RFP) from the National Institutes of Health (NIH) for two quadruped industrial inspection robots. The NIH aims to enhance the continuous surveillance and data acquisition at its Central Utility Plant (CUP) in Bethesda, MD, replacing manual inspection rounds with advanced robotics. The robots, along with sensing equipment, control software, and training, must be provided as a "turnkey package." Key requirements include robust autonomous navigation, the ability to operate in complex industrial environments, and seamless integration with existing NIH systems like IBM Maximo and AVEVA PI. The Prime Offeror must be the Original Equipment Manufacturer (OEM) of the robot and its validated manipulator arm, providing OEM-signed attestations for firmware, API/SDK control, and Authority to Operate (ATO) artifacts. Strict cybersecurity measures, U.S. data residency, and U.S.-persons-only remote support are mandatory. The contractor must demonstrate proven field performance, provide comprehensive lifecycle support, and have experience with similar projects at five facilities within the last five years.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
amendedLatest Amendment· Description UpdatedSep 4, 2025
deadlineResponse DeadlineSep 10, 2025
expiryArchive DateDec 12, 2025

Agency Information

Department
DEPARTMENT OF HEALTH AND HUMAN SERVICES
Sub-Tier
NATIONAL INSTITUTES OF HEALTH
Office
NIH A E CONSTRUCTION

Point of Contact

Name
Kala Shankar

Place of Performance

Bethesda, Maryland, UNITED STATES

Official Sources