Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOURCES SOUGHT

39 -- Vertical Storage Lift Module

Notice Date
4/28/2020 6:38:31 AM
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
FA6712 911 AW LGC CORAOPOLIS PA 15108-4495 USA
 
ZIP Code
15108-4495
 
Solicitation Number
JMD2020-001VerticalLift
 
Response Due
5/7/2020 1:00:00 PM
 
Archive Date
06/09/2020
 
Point of Contact
Jay De Leonibus
 
E-Mail Address
jay.de_leonibus@us.af.mil
(jay.de_leonibus@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Notice ID number (JMD2020-001VerticalLift)�shall be used to reference any written responses to this source sought. Pittsburgh ARS anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 337215 . The size standard for NAICS is 250 employees. The requirement is to provide: KardexRemstar (Shuttle) Vertical Lift Modules XP500 7050 or equivalent Salient Characteristics: KardexRemstar (Shuttle) Vertical Lift Modules XP500 7050 or equivalent unit that will provide reduced labor costs and space savings while improving ergonomics, parts handling, and productivity. Save Space by utilizing overhead cube, by storing to the maximum OSHA height Capabilities: Vertical Lift Module design must have an access opening equipped with an automatic shutter door. A robust sheet metal construction to ensure that the operator area and extractor shaft are completely separated during the extractor vertical run, the shutter door remains closed. It must only open when required Tray is moved from the extractor into the access opening. To eliminates inadvertent safety interruption, maximum user safety, reduced air pump effect, healthier work conditions, high lift speed and short waiting times, and less noise General Features: Height not to exceed 23.2 ft. Width not to exceed 110 ft. Depth not to exceed 121 ft. Weight not to exceed 12,000 lbs. Table height not to exceed 36 inches. Lifting speed Minimum, 140 ft. /min Extractor Speed Minimum, 20 in/sec Power 480 Volts 3-Phase Provide - unit operations and maintenance training SAFETY FEATURES: Positively-engaged tray guidance, the extractor drive locates and guides trays on the extractor at up to four points. Ensure that the tray is positively engaged at all times, with predictable accuracy and uptime and to keep the operator safe. Tooth drive belt - The toothed belt drive has minimum six-point loads of contact. Works to safely distribute the load Additional Features: Divider trays- of multiple sizes, for varying pieces of equipment. Essential characteristics an equivalent must meet: -Must have Toothed Drive Belt to provide faster travel and access, lower noise and great longevity thank cables and chains - Automatic Shutter Doors reduce noise and provide operator Safety - 100% - One inch Incremental Storage in entire Unit allow every inch of storage to be maximized. - Must have a hinged access door with built in service ladder for fast service and maintenance. - Must have an access lighting lamp above the workstation in the access opening to illuminate the working area. - Must have ergonomic tray delivery system to allow trays to be delivered at various heights based on the operator's comfort level. Set by log-in password preferences. - Weight Management module allows optimization strategies to keep track of the weight of material by shelf and device to ensure weight limits are not exceeded. - Factory deliver, assembly and set up. - Must have a Local Dealer for system Support 24 hours per day, 7 days a week - Height not to exceed 23.2 ft. - Width not to exceed 110 ft. - Depth not to exceed 121 ft. - Weight not to exceed 12,000 lbs. - Table height not to exceed 36 inches. - Lifting speed Minimum, 140 ft. /min - Extractor Speed Minimum, 20 in/sec - Power 480 Volts 3-Phase - Provide - unit operations and maintenance training Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications/drawings. We are seeking small business capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail address: jay.de_leonibus@us.af.mil Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN Thursday,� May 7th�2020 at 4:00 pm EST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a477d2b054ec4c9999a58aa5473aa321/view)
 
Place of Performance
Address: Coraopolis, PA 15108, USA
Zip Code: 15108
Country: USA
 
Record
SN05638695-F 20200430/200428230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.