Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2016 FBO #5413
MODIFICATION

39 -- PFO Warehouse VLM - Pre-Bid meeting minutes

Notice Date
9/16/2016
 
Notice Type
Modification/Amendment
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-16-T-0074
 
Archive Date
10/6/2016
 
Point of Contact
Susan Swanson, Phone: 4342986293
 
E-Mail Address
susan.e.swanson5.civ@mail.mil
(susan.e.swanson5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Bid meeting minutes. Vendors are encouraged to read as several specs were changed. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; electronic proposals are being requested and a written solicitation will not be issued. The solicitation number is W912LQ-16-T-0074. The solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 15 August 2016. This acquisition is issued as unrestricted. The associated North American Classification System (NAICS) code is 333922 with a size standard of 500 employees. AWARD WILL BE MADE TO THE OFFER PRESENTING THE BEST VALUE TO THE GOVERNMENT. THE GOVERNMENT WILL AWARD A CONTRACT RESULTING FROM THIS SOLICITATION TO THE OFFEROR WHOSE OFFER CONFORMING TO THE SOLICITATION WILL BE MOST ADVANTAGEOUS TO THE GOVERNMENT, PRICE AND OTHER FACTORS CONSIDERED. THE FOLLOWING FACTORS WILL BE USED TO EVALUATE OFFERS: 1. AMOUNT OF STORAGE BINS and 2. VARIANCE OF WEIGHT PER PAN Multiple awards will not be considered. To be determined technically acceptable the salient characteristics identified in the performance work statement below must be met. In order to determine if the product quoted is technically acceptable, product information must be provided with the quote. The Virginia Army National Guard (VaARNG) is seeking to replace an existing shelving system with a more efficient and time saving automated Vertical Lift Module (VLM) at a logistics warehouse in Richmond, VA. Delivery is required to be FOB Destination. A Vertical Lift Module is an automated storage solution that resembles a giant customized vending machine for parts, and inventory. Similar to the Vertical Carousel (but more sophisticated), a Lift takes storage and literally stands it on its head, "going vertical," saving otherwise wasted floor- and air-space. The contractor shall provide all parts, machinery, equipment and personnel necessary to deliver, install, set-up/make operational and maintain a VLM (inclusive of software). The system shall meet the below minimum specifications: Requirements: • One set that contains two columns of enclosed shelving with an extraction shelf that moves up and down an open shaft between the columns. Once selected by the extractor shelf, the retrieved part is delivered to the system operator positioned at an ergonomically designed access window. • Adjustable module heights up to 12" STANDARD and adjustable shelf heights • Space Maximizer to automatically store the shelf in the least amount of space with associated Space Maximizer/Optimizer Software (not intended to be brand specific) • Height sensors to automatically measure height of parts to verify proper fit • Security door with lock to limit access to authorized personnel • Ability to eliminate imbalance problems regardless of where the weight load is positioned to prevent the shelving unit from flipping over or tipping from side to side • The shelving system must be able to be bolted to the floor to prevent the unit from tipping over when retrieving the item from the unit • • Designed with a self-diagnostic system • • Tool drawer inserts • Extractor to retrieve product • Roller chains with a high rate of efficiency OR MANUFACTURER'S STANDARD • Operational and maintenance training to no less than 8 VaARNG personnel after installation is complete • Minimum two year/24 month warranty on parts and labor Technical Specifications: • Height: from 16' to no more than 17' tall WIDTH - NOT TO EXCEED 45' • Shelf Sizes: REMOVED • Module Payload: REMOVED • Shelf Payload: REMOVED • Power: 220 VAC, 1 phase, 20 amps, up to 460VAC, 3 phase, 30 amps depending upon requirements • Vertical travel speed: from 65' to 150' per minute At present, various items are stored in the existing static shelving. Stock of all sizes from small generators to computer monitors. The individual bin sizes should be variable or modifiable to allow storage of different items as stock requirements change. Option line items are included for maintenance to provide funding in later years for continued equipment maintenance as well as software maintenance. In accordance with clause 252.204-7011 Alternative Line Item Structure, contractors are encouraged to provide line item pricing that is economically and administratively advantageous to the Government and the Contractor. Specifications are based on a Kardex Remstar Shuttle XP however it is not the government's intent to limit competition. Any reference to a brand specific specification such as Kardex is not intentional. Any manufacturer's product that fulfills the above described requirement will be considered. In addition to price and product specifications, the following is to be provided with the quote: a. Company Name and Address b. Point of contact (POC) name, phone number and email address c. CAGE Code d. DUNS Number e. Taxpayer Identification Number (TIN) f. Delivery Date g. Discount Terms h. Completed FAR Provision 52.212-3, Alt I and provision 252.209-7991 (DEV) ** A pre-proposal conference and site visit will be held as follows: PRE-PROPOSAL CONFERENCE AND SITE VISIT: Date: Thursday, 15 September 2016, Richmond, VA Registration: 9:30AM - 10:00AM E.T Conference/Site Visit: 10:00 AM - 11:00 AM E.T. as necessary Registration/Conference Location: To be provided upon registration WHILE ATTENDANCE AT THE SITE VISIT IS NOT MANDATORY TO PROVIDE A QUOTE, REGISTRATION TO ATTEND THE SITE VISIT IS MANDATORY. THE FACILITY IS ON A CLOSED INSTALLATION AND BACKGROUND CHECKS ARE CONDUCTED ON ALL VISITORS IN ADVANCE. NOTIFY MS. SWANSON NO LATER THAN 12:00 P.M. ON MONDAY, 12 SEPTEMBER 2016 OF YOUR INTENT TO ATTEND THE SITE VISIT. THIS WILL BE THE ONLY SITE VISIT ALLOWED AS A RESULT OF SECURITY LIMITATIONS. 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. To gain access to the base, participants must be registered for the conference with the Contract Specialist. Government issued picture identification is required. All participants are subject to security verification in advance of the site visit. Access to the base is not guaranteed. Please be advised the badging process will take at least 30 minutes; therefore, participants should plan to be at the Pass Office no later than 9:00 AM E.T. A VaARNG representative will escort all personnel once at the site location. As the government intends to evaluate and award an order without discussions, the initial quote should contain the best terms. The government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All questions shall be submitted in writing and received prior to 12:00 p.m. ET, Tuesday 20 September 2016. Questions should be sent via email to susan.e.swanson5.civ@mail.mil on the attached Request for Information (RFI) form. Quotes are due not later 12:00 p.m. ET on Wednesday, 21 September 2016. Quotes should be emailed to susan.e.swanson5.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-16-T-0074/listing.html)
 
Place of Performance
Address: PFO Warehouse, Richmond, Virginia, United States
 
Record
SN04275578-W 20160918/160916235106-faa7ab450f21d205258867e6f2ef3e2b (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.