Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
SOLICITATION NOTICE

39 -- Warehouse Storage Upgrade

Notice Date
7/20/2012
 
Notice Type
Presolicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-12-R-0044
 
Point of Contact
Mogen Gilson, Phone: 7177704757
 
E-Mail Address
mogen.gilson@dla.mil
(mogen.gilson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractor shall provide the necessary services, labor, material, equipment and control components required to manufacture, supply and install a cantilever rack system, a tube and rod storage system, a pallet and package rack storage system and vertical lift module storage systems to perform the following work: Storage Upgrade in Bldg. 351 at DLA Distribution Warner Robins, GA (DDWG) located at 450 Martin Luther King Jr. Blvd., Robins AFB, GA 31098-1887. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work during the pre-proposal conference (details shall be posted at this site at a later time) and thoroughly familiarize himself/herself with the conditions existing there. Failure on the part of the contractor to acquaint himself with the site conditions will not be sufficient reason for any increase in contract price. Project Description: The DLA Distribution Warner Robins, GA has a requirement to consolidate the Steel Handling and Wire and Cable Mission currently being performed in Building 333 with the Building 351 Standard Base Supply System (SBSS) Operation. This will free up 54,000 SF of Storage Space which is part of the J3 Space Reduction Pan for FY12/13. This requirement covers the necessary services, labor, material, equipment, and control components to provide, install, test and make operable a cantilever rack system, a tube and rod storage system, a pallet and package rack storage system and vertical lift module storage systems in Bldg. 351. Some of the predominant scope items that will be addressed by this project include the following: 1. SYSTEM LAYOUT AND FUNCTION OF NEW SYSTEM The function of these systems is to receive, store, pack, and ship Standard Base Supply System (SBSS) small parcel and pallet size material, rod and tube stock, aluminum and steel sheet stock, and wire and cable material. 2. ALUMINUM/STEEL SHEET STORAGE SYSTEM. The Bldg. 351 system will consist of 18 ft. high cantilever, 4 ft. deep rack with 9 arm storage levels spaced 22 inches between storage levels and the base storage level. All levels will have 4000 lb. capacity bar grating and the bar grating will be continuous so the material does not have be stored right on the arms to accommodate loads longer than 8 ft. Storage and picking operations will be done by a 6000 lb. Side-Loader Vehicle. The aisles will be rail guided. 3. PACKAGE RACK AND PALLET RACK STORAGE. The pallet racks will consist of 18 ft. high and 40 inch deep racking with 9 ft. beams and wire decking with four storage levels. The aisles will be 68 inches wide and will be rail guided. The package racks will be 18 ft. high and 30 inches deep racking with 6 ft. beams and 9 storage levels with wire decking. The aisles will be 54 inches and will be rail guided. For issue from the package rack material will be picked and placed in modules. 4. TUBE AND ROD STORAGE. The contractor shall provide a tube and rod system with 3360 ea. 6 in x 6 in storage locations. The Government design consists of 48 in. pallet rack spaced 48 ins. apart with nominal 6 in. W x 6 in. H x 20 ft.D compartments twenty four levels high by 20 locations wide mounted on 10 ft. long pallet rack beams. There will be 20 ea. 2-1/2" H x 10 ft. long beam storage levels per beam. The system shall be loaded by a contractor designed scissors lift with that traverses a rail guided aisle approximately 75 ft. long. The scissors lift will have a 18" wide gravity conveyor to enable easy transfer of material in and out of the storage rack. The lift will also have an on-board cutter. 5. REBUILD OF CAROUSELS IN BAYS Currently there are 4 White HP 40 Bin, one HP 25 Bin and one HP 55 bin Carousel. The contractor shall rebuild the 4 ea. HP 40 and one ea. HP 25 Carousels. They have two DC bottom drive units each carousel that need replaced with AC bottom drive units. In addition the foot switches need replaced and an end of aisle keypad device needs added for each unit. 6. VERTICAL LIFT MODULES (VLM) FOR WIRE AND CABLE MATERIAL. To maximize the storage cube in Bldg. 351 three 15 ft.. wide x 13 ft. - 6 in. deep x 20 ft. high vertical lift modules are proposed. The VLM's will be equipped with 41 trays with removable dividers. The trays shall provide compartmentalization in any multiples on 1" centers. Ten dividers shall be supplied per tray. Each tray will adjust to the maximum height of the material to enable maximum cube utilization. Reels will be stored on their side to ensure stability and maximize the cube. 7. MAINTENANCE CONTRACT FOR ONE YEAR AFTER FINAL SYSTEM ACCEPTANCE The contractor shall perform preventative and correct maintenance on the system supplied under this contract for a period of one year after final acceptance. The contract shall perform a quarterly PM on the entire system and shall maintain less than one hour response time per break down from the time the contractor is notified. The contractor must also maintain 98% up time throughout the period of operation between 06:30 AM through 4:30 PM Monday through Friday. All work shall be performed complete and in accordance with the specifications and drawings. This requirement will be evaluated in accordance with FAR 15.101-1, Best Value/Tradeoff process. Period of Performance: Delivery will be required 270 days from the date of contract award. The work to be performed shall be during the regular working hours which consist of a 9 ½ hour period established by the Contracting Officer, Monday through Friday, normally 0700 to 1630, excluding Government holidays. This acquisition is set-aside 100% for Small Business concerns. The NAICS Code for this procurement is 333922. The small business size standard is 500 employees. The tentative timeframe for issuance of solicitation SP3300-12-R-0044 for the above stated requirement is on or around August 6, 2012. A pre-proposal/site visit will be conducted for this requirement. Information and instructions regarding the site visit will be addressed in the solicitation. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Mogen Gilson at mogen.gilson@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the soliciation. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the solicitation close date. Failure to acknowledge amendments may render your proposal ineligible for award. To receive awards resulting from solicitations issued after May 31, 1998, your company must be registered in the DoD Central Contractor Registration (CCR) database. Contractor may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http:// www.ccr.gov. Prospective contractors shall also complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the CCR database. All responsible small business concerns may submit a proposal which shall be considered by this agency. The Government intends to award one contract as a result of this solicitation. Award will be made to the Offeror which provides the best value to the Government. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-R-0044/listing.html)
 
Place of Performance
Address: DLA Distribution Warner Robins, GA (DDWG) located at 450 Martin Luther King Jr. Blvd., Robins AFB, GA 31098-1887., Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02810357-W 20120722/120720235429-0a3ff65092c601665e59ea31684396c3 (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.