Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

39 -- Dimensioning and Weighing Shipping (DAWS) Conveyor System - DRAFT SOW

Notice Date
9/5/2014
 
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
SP330015R0001
 
Point of Contact
Medard R. Kowalski, Phone: 7177705979
 
E-Mail Address
medard.kowalski@dla.mil
(medard.kowalski@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAFT SOW DLA Distribution intends to issues Solicitation SP3300-15-R-0001 to procure a new Dimensioning and Weighing Shipping (DAWS) Conveyor System to be installed in Bays A-C of Building 385, Robins Air Force Base, 450 Martin Luther King Jr. Blvd., Robins AFB, GA 31098-1887. The scope of work includes the installation and provision of the necessary services, labor, material, equipment and control components required to provide, test and make operational a new DAWS Conveyor System in Bays A-C of Building 385. This system will transport outgoing small parcel material to the southeast corner of Bay A for sortation and out-loading of material by small parcel carrier. The package conveyor control system will include applicable PLCs, keypads, sensors, scanners and actuators required to provide overall integrated routing/tracking of cases/totes throughout the DAWS mechanization conveyor system. The requirement is for design and installation of the entire package conveyor electrical system, including power feeder to motor control centers, connections to motors, and wiring of all controls. The belt conveyor system will require inclines, elevation, and decline. It will travel through fire doors. The material is required to be automatically weighed and dimensioned and the Container Control Number (CCN) scanned. The weight, dimension information (length, width and height), and CCN information will be sent to the Government supplied microprocessor. The material will be required to pass through confirmation scanners and be diverted to offer lines. The DAWS is required to automatically identify, dimension, and transmit information to the Government supplied DSS Host computer. The scope of work also includes the demolition of 400 feet of 36 inch wide gravity roller conveyor, and an optional 1 year preventative and corrective maintenance contract line item for the entire system. A Draft Statement of Work is attached for information purposes. A Small Business Set-Aside is anticipated for this acquisition based on NAICS 333922/500. This acquisition will be conducted in accordance with FAR Subpart 15 Contracting by Negotiation. It is anticipated that Request for Proposal SP3300-15-R-0001 will be posted to this site the week of September 29, 2014. Amendments to the Request for Proposal will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. There will be no advance notification of amendment issuance. NOTE: All offerors MUST be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/or an award cannot be processed. The Government intends to award a contract resulting from this solicitation to the responsible offeror(s) based on a best value/trade off assessment using source selection procedures in accordance with FAR 15.101-1, as supplemented. The Government intends to award without discussions, therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the contracting officer. Pre-proposal Conference and Site Visit A pre-proposal conference and site visit will be held as follows: PRE-PROPOSAL CONFERENCE AND SITE VISIT Date: Wednesday, September 24, 2014 Time: Registration: 9:30AM - 10:00AM (EST) Conference: 10:00 AM - 11:00 AM (EST) as necessary Site Visit: 11:00 AM - 1:00 PM (EST) as necessary Registration/Conference Location: DDWG, Bldg. 385 All registered participants are required to provide their own transportation to and from the Conference/Check-in Location and all areas outside of the official site visit/tour. Participants must be registered with the Acquisition Specialist for the conference to gain access to the base. Picture Identification required. Mr. Tim Flynn will meet all participants at the Robins Air Force Base Pass Office which is located off Watson Blvd. Watson Blvd is located off exit 146 from I-75. Just prior to the main gate off Watson Blvd take the far right lane and the Pass Office will be on the right. Once all the participants have received their visitor passes (please be advised the badging process will take at least 20 minutes. Be advised to be at Pass Office by 8:00 am EST to start the process). Mr. Flynn will escort all personnel to Bldg. 385, Bay A, DLA Distribution Warner Robins Command Headquarters. The address is DLA Distribution Warner Robins, GA; 450 Martin Luther King Blvd.; Warner Robins, GA 31098-1887. If an emergency situation arises whereby a registered participant cannot arrive to the conference or shuttle departure, the participant must contact Tim Flynn at (717) 319-4201 to note that the individual will not be attending. Base Entry Procedures: Registered participants will be required to present proper photo identification (i.e. driver's license, passport, etc.) as well as complete the "ROBINS AIR FORCE BASE ACCESS AFFIDAVIT" upon arrival. Security Officers will perform a physical check of each participant's photo identification against the list of pre-registered participants. Entry to the sites will be denied if participants are not on the tour bus, are not registered, have not completed the Affidavit, and/or do not provide proper identification. Participants are advised that the Site Visit(s) and GFE/GFP reviews/inspections involve walking through buildings. Please indicate any special needs to Acquisition Specialist, Medard Kowalski, when requesting registration to ensure proper accommodations can be arranged. Dress code for the conference and Site Visit(s) is casual. Participants are advised to wear appropriate clothing and closed-toe shoes to be safe and comfortable while walking through the distribution facilities. No refreshments will be served. Cell phones with digital cameras or cameras of any kind are strictly prohibited. Cell phones with digital cameras and cameras will be left in the participant's car during the site visit events. All site pictures required will be taken by the DLA representative and will be posted by the Government on FEDBIZOPS. If severe weather causes the base to close, the event will be re-scheduled. Pre-registered offerors will be notified as soon as practical regarding re-scheduling, if necessary. Stay tuned to local television and radio stations for weather reports. Prospective offerors are encouraged to attend this conference. Interested parties must register with Medard Kowalski by e-mail at Medard.Kowalski@dla.mil NLT Monday September 17, 2014 at 1:00PM EST. Requests shall provide the following information for representatives attending: Name, driver's license number and state of issue, citizenship (i.e. U.S. Citizen, Foreign National, etc), company name, e-mail address, phone number, dates attending. (a) Prospective offerors are advised that the pre-proposal conference will be held solely for the purpose of explaining the specifications and terms and conditions of this solicitation. Any changes to the solicitation will only be provided by written amendments. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of any such amendment shall be applicable. In no event will failure to attend the pre-proposal conference constitute grounds for a claim after award of the contract. (b) Each company is restricted to two (2) attendees per company per event. (c) Security clearances are not required. However, registration is required, as described above. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. All responsible Small Business offerors will be required to submit their offers, with current pricing, Cage Code, Dun and Bradstreet Number, Federal ID Number, Company name, Address, Phone Number, Facsimile Number, Email Address, and Point of Contact to: Medard Kowalski, Contract Specialist, DLA Distribution, Acquisition Operations, J7-AB, J Avenue, Bldg 404, New Cumberland, PA 17070-5001 e-mail: medard.kowalski@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330015R0001/listing.html)
 
Place of Performance
Address: Building 385, Robins Air Force Base, 450 Martin Luther King Jr. Blvd., Robins AFB, Georgia, 31098-1887, United States
Zip Code: 31098-1887
 
Record
SN03497691-W 20140907/140905234930-435158d2c433520efc5ea985ab7b3609 (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.