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-ROBOTS
Response Deadline
Sep 9, 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 procurement of two quadruped robots designed for industrial inspection at the NIH Central Utility Plant in Bethesda, Maryland. The objective is to enhance operational efficiency by automating plant surveillance and data collection, which currently relies on human operators, thereby improving reliability and data analysis capabilities. This procurement is critical for maintaining the integrity of the plant's operations and involves a comprehensive "turnkey package" that includes installation, training, and ongoing support. Interested vendors must submit their quotes by 3:00 PM Eastern Time on September 9, 2025, referencing solicitation number 75N99025Q00017, and can direct inquiries to Kala Shankar at kala.shankar@nih.gov or by phone at 301-402-0878.

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 KB9/3/2025
AI Summary
This document outlines the invoicing instructions and requirements for vendors doing business with the federal government, specifically focusing on the National Institutes of Health (NIH). Vendors must submit original invoices simultaneously to the ORF Invoice Intake Center via email (ORFOAInvoice3Way@mail.nih.gov) and through the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. Additionally, vendors need to email a scanned invoice with supporting documentation (under 30MB) as a single attachment to both ORFOAInvoice3Way@mail.nih.gov and invoicing@nih.gov. The attachment and email subject line must follow the format 'YourVendorName_Invoice number'. Invoices must include specific details such as vendor information, remit-to address, invoice date, unique invoice number, contract numbers, Unique Entity Identifier (UEI), Federal Taxpayer Identification Number (TIN), a description of supplies/services matching the award, and an indication for a three-way match. Non-compliant invoices will result in a defect notification within 7 days. Vendors can check invoice status by calling the Chief, Accounts Payable Section, OFM at (301) 496-6088 or the Intake Center at (301) 402-0878 for email submission questions.
Attachment 6 Pricing Template.xlsx
Excel13 KB9/3/2025
AI Summary
Attachment 6 outlines the pricing template for a federal government Request for Proposal (RFP) focusing on robotic systems and associated services over a five-year period. The base year costs include hardware such as two quadruped robots and a standalone computing device, along with peripheral costs like docking stations, batteries, and an EAM kit. Other base year expenses cover a Robot Control and Data Acquisition VM subscription and various licenses for operation, training, and installation, including Field Application Engineering. A service plan for Year 1 is also required, with a note to indicate if its cost is integrated with the robot cost. The document also specifies pricing structures for four option years (Years 2-5), each requiring annual costs for full factory coverage and support encompassing hardware, software, licensing, engineering, training, maintenance, and repair. The template requires detailed breakdowns of unit and total prices for all items, culminating in a grand total for the entire contract period.
Attachment 5 Evaluation Factors.pdf
PDF112 KB9/3/2025
AI Summary
This document, "ATTACHMENT 5: EVALUATION FACTORS," outlines the stringent criteria for evaluating proposals in a government RFP, likely for robotic systems in utility plants. It begins with "Go/No Go Factors" requiring timely submission, comprehensive RFP sector address, single-point accountability, and OEM-signed evidence for firmware control, API/SDK maintenance, ATO artifacts, warranty, and sovereign control acceptance (U.S. data residency and support, no non-U.S. data flows, OEM control of telemetry and firmware). The document then details eight weighted "Technical Factors." Key technical aspects include true concurrency of multiple sensing modalities (20%), demonstrated runtime and mobility in utility plants (15%), turnkey installation and training (10%), enterprise data integration with SCADA/historians and specific platforms like IBM Maximo and AVEVA PI (15%), robust cybersecurity and ATO compliance (20%), U.S. supply-chain posture and sovereign-control mitigations (5%), comprehensive lifecycle support and warranty (10%), and validated elevator/manipulation workflows (5%).
Attachment 4 -52-212-5-Contract-Terms-and-Conditions-Required-To-Implement-Statutes-or-Executive-Orders---Commercial-Products-and-Commercial-Services-.pdf
PDF87 KB9/3/2025
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 confidentiality agreements, prohibitions on certain hardware/software (e.g., Kaspersky Lab, ByteDance, specific drones), telecommunications equipment, and restrictions on inverted domestic corporations. Key provisions address small business utilization, contractor ethics, whistleblower protections, labor standards (e.g., child labor, equal opportunity, minimum wage, paid sick leave), environmental concerns (e.g., ozone-depleting substances, sustainable products), and “Buy American” requirements. The clause also includes Comptroller General examination rights for certain contracts and specifies which clauses must flow down to subcontracts for commercial products and services, with some clauses having alternates based on specific contract conditions.
Attachment 3 - 52-212-3-Offeror-Representations-and-Certifications---Commercial-Products-and-Commercial-Services-.pdf
PDF109 KB9/3/2025
AI Summary
FAR Provision 52.212-3 outlines offeror representations and certifications for commercial products and services, crucial for federal contracting. Offerors can complete annual certifications via SAM or directly respond to specific paragraphs. The provision defines key terms like “Economically disadvantaged women-owned small business,” “Forced or indentured child labor,” and “Service-disabled veteran-owned small business,” and covers requirements for various business types, including small, veteran-owned, and women-owned concerns. It includes certifications on executive order compliance (e.g., Equal Opportunity, Payments to Influence Federal Transactions), Buy American Act, Trade Agreements, and responsibility matters (e.g., debarment, tax liability). Additional sections address child labor, place of manufacture, Service Contract Labor Standards, Taxpayer Identification Number, Sudan business operations, inverted domestic corporations, Iran-related activities, ownership, and greenhouse gas emissions. Finally, it details representations concerning covered telecommunications equipment or services.
Attachment 2 - 52-212-1-Instructions-to-Offerors-Commercial-Products-and-Commercial-Services.pdf
PDF55 KB9/3/2025
AI Summary
The document, FAR 52.212-1, outlines essential instructions for offerors submitting proposals for federal government commercial product and service acquisitions. It details requirements for offers, including NAICS codes, small business size standards, submission procedures, and content such as technical descriptions, pricing, and required certifications. The provision addresses timelines for offer acceptance, conditions for product samples, and guidelines for multiple offers. It also specifies procedures for late submissions, modifications, revisions, and withdrawals. Furthermore, the document covers contract award processes, including the government's intent to award without discussions, and provisions for multiple awards. It provides information on the availability of requirements documents and mandates the inclusion of a unique entity identifier. Finally, it details the information to be disclosed in post-award debriefings, ensuring transparency and fairness in the procurement process.
Attachment 1 Statement of Work.pdf
PDF240 KB9/3/2025
AI Summary
The National Institutes of Health (NIH) seeks a contractor to provide two industrial inspection robots for its Central Utility Plant (CUP) in Bethesda, MD. These robots, equipped with advanced sensing and software, will provide continuous surveillance, gather data for machine learning, and support the CUP's critical operations. The "turnkey package" includes installation, training, and ongoing support. The objective is to automate plant rounds, currently relying on human operators, to improve efficiency, reliability, and data analysis. The contractor must be the Original Equipment Manufacturer (OEM) of the robots, ensuring single-point accountability, secure firmware updates, API/SDK maintenance, and compliance with U.S. data residency and support requirements. The robots must be capable of autonomous navigation in complex industrial environments, integrate with existing NIH systems like IBM Maximo and AVEVA PI, and provide robust cybersecurity features. The project also requires a strong emphasis on vendor trust, U.S.-based ownership to mitigate supply chain risks, and comprehensive lifecycle support with a one-year warranty. Installation is expected within four months of the Notice to Proceed, with the contract including a base year and four optional one-year renewals.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 3, 2025
deadlineResponse DeadlineSep 9, 2025
expiryArchive DateSep 24, 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