Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2008 FBO #2487
SOURCES SOUGHT

65 -- Intent to Sole Source

Notice Date
9/15/2008
 
Notice Type
Sources Sought
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-08-RQ-0546
 
Response Due
9/22/2008
 
Archive Date
10/7/2008
 
Point of Contact
Kimberly Perkins<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a notice of intent to negotiate a sole source procurement under the authority of Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source with Yankee Equipment, 1 Glass Lane, Barrington, NH for a Chicago Edge Maxx Corneless Spreader/Feeder. Contractor must provide the following: Product description: Spreader-feeder must provide end to end ironing of flat sheets at a maximum of 1800 sheets per hour using a clipless system. By virtue of the clipless system, less staff hours are required for production. This spreader-feeder will record the production rate of each employee and provides a full-length lighting system for inspection, improving quality control. It also provides pacing lights that will indicate if the machine is functioning at the present rate as selected by management. This machine gives the option of functioning with one or two employees. An automatic floor return reject conveyor brings misfed items back to the front center for convenient removal and eliminates the operator retrieving from the far end of the ironer. The spreader-feeder, sheets must not drag across the floor prior to entering the machine (ironer). The clip on systems allows sheets to drag on the floor and this has been cited by several JCAHO inspectors in the past as a sanitation challenge and by OSHA as a tripping hazard to employees feeding the ironer. The applicable NAICS code for this solicitation is 423440. The standard size in number of employees is 100. This procurement is based on the determination that the Government's minimum needs can best be satisfied by supplies available from this entity. This notice of intent is NOT a request for competitive proposals. The Government does not intend to pay for information solicited. The submission of any data for review shall not impede award of this contract as planned. Interested parties may identify their qualifications/capabilities by detailing their experience in providing this service, to the Contracting Officer, by e-mail to Kimberly.Perkins3@va.gov. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to open this requirement to competition based on responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable and responses received after September 22, 2008 at 4:00pm will not be considered. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION 1. Identification of the agency and the contracting activity. VA Medical Center, VISN Laundry, Brockton, MA *2. Nature and/or description of the action being approved. Sole Source procurement of the following: Chicago Edge Maxx Corrnerless Spreader/Feeder *3. Description of the supplies or services required to meet the agency's needs (including the estimated value). Please include the IFCAP transaction number, dollar value and a description of the item being sought. Description: Cornerless Spreader/Feeder (2 fte will not be required to feed large linen items, such as sheets, into machine as corner clipping of items will not be required for items to be processed). 4. Identification of the statutory authority permitting other than full and open competition. FAR 6.302-1, USC 253(c)(1) Only One Responsible Source, *5. Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority sited. 1.Unlike any other feeding systems the Edge Maxx feeder is a cornerless feeding system, therefore an employee does not need to take the time to find corners of flatwork in order to feed the item. 2.Because this cornerless feeder device only offered by Chicago Dryer (patented) eliminates the potential pulling of sheets-end to end, (clip on system) it virtually eliminates the premature tearing of sheets, therefore conceptually sheets last longer before being disposed of (fair-wear and tear reduced) 3.To achieve production requirements of up to 1,800 pieces per hour the number of employees required to accommodate this feeding requirement is eliminated from 4-5 FTEE-feeding and pulling to 2-3 FTEE (feeding and pulling), a potential savings in FTEE of 2 to 3, at $35,000 salary including benefits per year a savings of $70,000 annually. Over the approximate life of 12 years for the feeder that represents a savings (cost avoidance of $840,000). 4.Because of the patented designs of the Edge Maxx sheets do not drag across the floor prior to entering the machine (ironer). The clip on systems do allow sheets to drag on the floor and this has been cited by several JCAHO inspectors in the past as a sanitation challenge and by OSHA as a tripping hazard to employees feeding the ironer. 5.The Edge Maxx Feeder is currently used by numerous VA facilities and has been purchased recently as a sole source item in accordance with Federal Acquisition Regulations without any industry challenges by VAMC Oklahoma City, St. Albans (Brooklyn), West Los Angeles and Perry Point MD. *6. Description of efforts made to ensure that offers are Solicited from as many potential sources as is practicable, including whether a Commerce Business Daily notice was or will be published. Advertised on FEDBIZ. The following vendors were contacted, however were unable to provide these services. 1. Vendor holds patent on "Cornerless System". 2. 3. 4. 7. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. To be determined at date of award. 8. Description of the market survey conducted (i.e., names, of firms and the date(s) the firms were contacted) and the results or a statement of the reasons a market survey was not conducted. Advertised on GSA through E-Buy *9. Any other facts supporting the use of other than full and open competition, such as an explanation why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. See Question 5 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None to date 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. This contracting activity will continue to encourage full and open competition whenever possible.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7b5091d92890dc7be3e5e26978f0e951&tab=core&_cview=1)
 
Record
SN01671312-W 20080917/080915222256-7b5091d92890dc7be3e5e26978f0e951 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.