Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
DOCUMENT

36 -- 618 - MINNEAPOLIS WASHER EXTRACTOR 36H79719R0012 - Attachment

Notice Date
10/8/2019
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCS, NAC, HTME Contracts;P.O. Box 76;1st Ave., One Block North of Cermak Road;Hines, Illinois, 60141
 
ZIP Code
60141
 
Solicitation Number
36H79719R0012
 
Archive Date
1/15/2020
 
Point of Contact
Linda Shirley-Diaz
 
E-Mail Address
Contract Specialist
(Linda)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
TECHNICAL/PERFORMANCE SPECIFICATIONS ITEM #1 700/800 LB Washer Extractor: Furnish and install new, one (1) each, 700/800 lb. multi pocket washer-extractor with total waste water heat recovery capability. The washer-extractor shall be of the shell and cylinder type. The size (capacity) shall be based on 5.7 pounds of soiled textiles per cubic foot of cylinder volume (gross). Washer shall be loaded by sling. The washer-extractor shall be designed for sling loading and unloading with a minimum amount of effort from employees. Washer-extractor shall be capable of being loaded without any spillage. Loading chutes, if required for loading washer without spillage, shall be stainless steel materials and portable with locking casters and a chute. Above the washer-extractor, the successful offeror shall install additional lighting for maintenance and a ½ ton electric chain hoist for the removal and replacement of motors for the maintenance of the washer-extractor on an I-beam or similar device. The I-beam or similar device shall have a rated capacity labeled on the beam by the successful contractor. Any and all new monorail spurs that are required for sling loading the washer extractor shall be the responsibility of the successful contractor. Ordering Data (washer-extractor): 1. Multiple compartments, pass-through model. Size (minimum capacities, pounds): 700/800 pounds multiple compartments required. 2. Successful offeror shall interface existing Class I - Liquid Supply System. The successful offeror shall supply a chemical manifold with installed equipment for the dispensing of seven (7) types of chemicals followed by a fresh water flush capability. 3. Water level sight glass is required. 4. Anti-vibration protection is required. 5. Divided cylinder machine shall be provided with automatic jog/inching or positioning in addition to manual inching provisions. 6. The washer-extractor shall have a programmable beacon rotary LED light (colored amber) on both the soil side and clean side identifying end of wash cycle for the hearing impaired. Washers shall also have an audible alarm to indicate when wash cycle has ended. 7. Automatic cycle control shall be touch screen/microprocessor type. 8. Balancing of load prior to extraction is required. 9. Manual dry supply tank with automatic fresh water flush connected to the washer shall be provided by the successful contractor. 10. Washer-extractor shall be equipped with an illuminated emergency stop button when activated on both the soiled and clean sides. A yellow back ground with legend shall also be provided. Normal stop and emergency stop buttons shall be colored red. 11. An easily accessible titration valve shall be installed on the washer for testing/sampling of wash water. 12. Washer-extractor shall be exhausted to the outside atmosphere. Molded flexible hose shall be used and connected to the washer-extractor for exhausting the washer to PVC exhaust piping. All exhaust piping shall be new. 13. Unit shall have thermostatically controlled automatic steam injection. 14. Electrical characteristics - 208 volts, 3 phase, 60 cycles. 15. Water reuse required. 16. Provide and install a 4-Plex GFI receptacle outlet for the 700/800 LB. washer for mechanics use. 17. Provide and install an airline with quick disconnect at equipment location for mechanics use. 18. Connection points for water, steam and compressed air shall be within 10 feet of the equipment to the existing water header. The successful offeror shall also provide new branch valving and isolation valves at the equipment locations. 19. The washer-extractor shall be installed within an existing staph barrier wall and shall have new staph barrier boot installed by the successful contractor. Any penetrations through the staph barrier wall will be sealed with like material. 20. A protect key lock-out feature shall be provided by the successful offeror to prevent programming and removal of accumulated data by unauthorized personnel. Two (2) equipment thumb drives shall be provided with each washer with back-up programming in case washer controls malfunction and programs need to be reloaded. 21. Washer-extractor shall be equipped with a color touch screen control and be capable of being programmed for wash loads through the latest version of Wash System controls offered. 22. An hour meter shall be installed on the washer that will show actual hours of run time of the washer for maintenance. Hour meter shall be installed on the front control panel. 23. Washer-extractors shall be capable of being programmed for each category of textiles. Each program shall be listed on a printed card (laminated) or paper (laminated) showing the programmed washer programs. Example Program 1 Re-wash Micro Mops 130 degrees Wash time 35 minutes on a laminated card or paper and attached to the dryer for the employees use. 24. The successful offeror(s) shall furnish a wall mounted lock-out/tag-out kit/cabinet with all required devices for each washer offered. All lock-out / tag-out locations shall be marked and identified on the machine with instructions on lock-out procedures for the equipment offered. These instructions/procedures shall be permanently mounted on each piece of equipment. Lock-out / tag-out procedures include all sources of stored energy, including but not limited to: electrical, air, hydraulic etc. Relief ball valves shall be installed for lock-out / tag-out locations to relieve residual air etc. 25. An I-beam or other acceptable means with a ½ ton electric hoist or other device shall be supplied and installed to remove washer motor for maintenance. ITEM 2 Wash System Controls: Wash System Controls: Furnish and install wash system controls on the existing G.A. Braun washer extractors and new washer extractor as part of one central control. System shall have one (1) remote system that shall be capable of programming wash and chemical formulas and reviewing the systems operations from the textile care manager s office and shall also have a color laser printer for printing all activities and reports. 1. The central control systems shall be located in the office of the Textile Care Manager office. All controls shall be solid state of the matrix variety. 2. The central control system shall be capable of monitoring and managing all aspects of wash system production and non-production machines. The washer extractors shall be connected to the central wash system, i.e., chemical formulas and water consumption. 3. The system shall incorporate all options and programs offered with the manufacturer s wash systems controls and shall allow for both visual and actual print-out of data. A color LaserJet printer shall also be provided to print reports and data. The system shall be programmed by wireless keyboard and average load and unload time and actual productivity, (production and non-production washers) i.e., pounds produced. The wash system controls computer shall also incorporate Microsoft Office professional with Microsoft Word, Excel and PowerPoint for writing reports and spread sheets. 4. Furnish and install an Uninterrupted Power Supply (UPS) with a minimum 2-hour backup capacity. 5. The system shall be capable of programming 40 formulas for wash systems offered. 6. Ethernet/internet connections shall be installed on all the washers that will allow for trouble shooting mechanical/operational problems from factory technicians. VA will supply internet services to the building and will be the successful contractor s responsibility to connect to all equipment. 7. The wash system controls shall be Windows based easy to follow and interface software. Display all pertinent operational information in LIVE operation as it occurs for the following: a. Formulas. b. All electrical components and wiring must be UL labeled. c. The wash system controls operating instructions shall be on laminated plastic name plants. All labeling shall be on laminated plastic nameplates. Nameplates shall be laminated phenolic with a colored surface and white core with magnetic backing. d. Electrical requirement: 120v/60cy/3ph.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/36H79719R0012/listing.html)
 
Document(s)
Attachment
 
File Name: 36H79719R0012 36H79719R0012_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5182278&FileName=36H79719R0012-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5182278&FileName=36H79719R0012-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Medical Center - Minneapolis, MN;Laundry Facility;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
 
Record
SN05470916-W 20191010/191008230643-bd108815f77d5a9bb593b52d474378d7 (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  © 1994-2020, Loren Data Corp.