Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2017 FBO #5606
SPECIAL NOTICE

J -- Removal and Installation of Vertical Lift Modules and Vertical Carousels, Tinker AFB

Notice Date
3/28/2017
 
Notice Type
Special Notice
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
RFI-VLMCarousels
 
Archive Date
4/15/2017
 
Point of Contact
Emma W. Pfeiffer, Phone: 8042792626
 
E-Mail Address
Emma.Pfeiffer@dla.mil
(Emma.Pfeiffer@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) The purpose of this RFI is to gather information from industry on the purchase and installation of three (3) Vertical Lift Modules (VLMs) and three (3) Vertical Carousels in a confined space in Buildings 9001 and 200 at DLA Aviation, Tinker AFB, Oklahoma, and for the disassembling/removal of the old existing equipment by factory trained and certified installers. New equipment shall come with a lifetime warranty of the motor and at least a 2-year warranty on all other components. The VLMs and Carousels must be a "clip system" panel concept for fast assemble/disassemble and for maintenance purposes allowing for high operator security in the event stored goods fall inside the unit; have a 100% reliable Safety Security System; come come equipped with finger protection safety buffer at the rear of the posting board; and have standard manual override systems allowing for the unit to be used until service technician's repair. Units must also have a standard manual override that can be operated with the door open so parts can be located using "drive and view" without having to know what carrier the part is stored on. VLMs and Carousels must have free airflow and water flow for fire suppression and be equipped with a whole machine fire detection and suppression system which cannot be water based and must be attached within the unit as outlined by the existing fire codes. The units must be backwards compatible with the existing software package currently owned by the end user. All software must be developed and and owned by the VLM manufacturer. The vendor's software must provide the following: give the customer the ability to create users with different rights and abilities based on their passcode protected login, must have the optional ability to interface with existing customers computer network, must be able to be installed onto customers network for backup and information access reasons and must be able to be installed and run on commercially available computer hardware. Repair/maintenance services shall be avialable within 24 hour turn-around time and must be performance by factory trained and authorized individuals. Vendor must include preventative maintenance services every 6 months for the duration of the warranty period. Contractor will dismantle and dispose of existing units, utilizing salvageable parts to replace damaged parts in existing equipment that has not yet been replaced. The contractor must ensure the equipment complies with DIN EN 15095 "Power-operated mobile racking and shelving, carousels and storage lifts" and has been tested and certified by TÜV (Technical Observation & Control), a USA NRTL and a Canadian CB. Factory must be certified ISO 9001. Manufacture must be certified ISO 14001. VLM units must be modular construction built up for the inside to allow for easy height upgrades. The extractor shall be driven by a steel belted tooth drive system with 6 points of contact. The steel belted tooth drive system must meet a minimum of 10:1 safety factor. Chain driven systems are not acceptable. An operator station shall be provided that is easy to use, to store/retrieve parts. The system shall have soft starts and stops. The storage unit must have an ergonomic tray delivery height selection from the operator console. Shelf spacing must be adjustable on approximate 1" increments to allow for maximum use of vertical space. Trays must be interchangeable with existing VLMs. All open storage levels must have rubber matting to prevent plastic totes from sliding on carriers. Units must have emergency bypass system that incorporates both operator protection light and height detection into one system. Self-monitoring full height light curtain for personnel protection shall be installed at the operator access opening. This shall provide safety features that protect the operator from injury when the shelf/container is moving. Units must have energy saving standby mode which switch all electrical components into "sleep" mode when not being used. Quantity of Trays per unit: Min 35 Capacity of Trays: Medium (Approx 800 lbs) Overall Unit Height: 23' 5.5" (+/-) 2" Overall Width: 109.45" (+/-) 2" Overall Unit Depth: 115.0" (+/-) 2" Maximum Lifting Speed: Approx 295 ft/min Maximum Access Time: Approx 40 seconds Power: 220 volts/3 phase Operator Controls Located: Swing Arm Right Side of Unit Usable Cubic Feet of Storage: Approx 785 Vertical Carousels must be of ergonomic design and come equipped with a manual or powered crank for access to parts in case of power failure. Carousels shall come equipped with a stainless steel table surface at a standing position and have an imbalance indicator located on the operator station display that will alert the operator to any imbalance load. Carousels shall come equipped with a lockable lightweight, counterbalanced one-piece sliding door that can be opened and closed with minimal effort. Two-piece sliding doors without counterbalance are not acceptable. Carousels must come with transport rollers for fast and easy repositioning in the case of internal moves, providing maximum flexibility for unit positioning with minimum downtime and reinstallation costs. Overall Unit Height: 19'7.7 in. (+/-) 2" Overall Unit Width: 13' 0.5 in. (+/-) 2" Overall Unit Depth: 5' 7.4 in. (+/-) 2" Cubic Storage per Unit: Approx 632 ft³ Storage Area per Unit: Approx 746 ft² Unit Weight (Loaded): Approx 42400 lb. Maximum Imbalance Load: 4630 lb. All feedback and information received from this RFI may be used to determine the appropriate acquisition strategy for a possible future acquisition. This notice is issued solely for market research and planning purposes and does not constitute a Request for Proposal (RFP), Request for Quote (RFQ) or Invitation for Bid (IFB), or obligation on the part of the Government to acquire any products or services, nor does its issuance in any way restrict the Government in its ultimate acquisition approach. Furthermore, a vendor who responds to this RFI should not anticipate feedback with regard to its submission. No award will be made from this RFI and the Government will not pay for any effort expended in responding to this notice. All costs associated with responding to this RFI will be solely at the responding party's expense. The information provided in this RFI is subject to change and is not binding on the Government. This RFI is prepared for planning purposes only and is not restricted to small businesses. If the Government decides to pursue an RFP/RFQ/IFB, portions of your RFI response may be incorporated into the Statement of Work (SOW). Sources are discouraged from submitting any information deemed competition-sensitive or proprietary. However, if sources elect to submit competition-sensitive or proprietary information, sources bear the sole responsibility for marking said information as such to ensure appropriate safeguarding by the Government. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All submissions become Government property and will not be returned. After review of the responses to the RFI, the Government may or may not proceed with an acquisition. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73a00c72f712935c6c8117ad32e29ed0)
 
Record
SN04450309-W 20170330/170328235456-73a00c72f712935c6c8117ad32e29ed0 (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.