Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2021 SAM #7232
SOLICITATION NOTICE

35 -- Laundry Flat Iron equipment Replacement

Notice Date
9/17/2021 4:33:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
FA500021Q0120
 
Response Due
9/26/2021 4:00:00 PM
 
Archive Date
10/11/2021
 
Point of Contact
Christopher Nelson, Phone: 9075523358, Brian Barcelona, Phone: 9075525587
 
E-Mail Address
Christopher.nelson.70@us.af.mil, brian.barcelona@us.af.mil
(Christopher.nelson.70@us.af.mil, brian.barcelona@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Scope: Provide and install: a commercial grade laundry flat iron system to include spreader/feeder, a 120� width 3 roll 32� diameter steam heated ironer, and a 4 lane folder/cross-folder with large piece stacker and conveyor. �Remove and dispose of existing equipment.� Provide training on operation and maintenance. Site Location on government installation at JBER-Richardson, Alaska 99505. 3. Deliverables 3.1 Provide and install spreader/feeder. Unit is capable of spreading and feeding washed/extracted sheets and table linen to high-production flatwork ironer. The following specifications apply: Item Sizes: Unit shall spread and feed linen from a minimum width of 54� (1371mm) to as large as a king-size sheet. Flatwork Loading: Loading area at front of unit. Operators are not required to locate or clip a corner. Unit will electronically locate corners without operator assistance or manual alignment. Loading to be accomplished by placing one linen edge on a target not more than 45� (1143mm) from the floor. Linen will automatically advance upward on carriage without operator action. Two loading targets will be provided to accommodate high-volume production. Targets will accept flatwork whether or not carriage has returned to loading position. No floor pit is required. PC Control: PC-based industrial control with full color touch screen monitor. Full automatic mode, preset, or fully programmable programs. Multi-level password protection. Production data by item, hour, shift, day, and total. USB stick data transfers. Copy and Paste functions. On screen motion flow diagrams. On screen machine schematics. �Touch and Test� diagnostics. Diagnostics: Audible and visual jam alarm(s). Small Piece Feeding: Unit shall be equipped with an input bypass conveyor that raises pneumatically to feed small pieces through the unit and into flatwork ironer. Unit shall not need to be moved to feed small pieces. Safety Features: emergency stop buttons, interlocked end panels, overload protection on all motors, and bilingual/pictorial safety labels. Certification Labels: Machine shall be tested and approved by ETL or CETL testing laboratories or other recognized testing agency and display proper labels. � � � ��3.2 Provide and install steam heated ironer Capability: 120� width 3 roll 32� diameter 3.3 Provide and install four (4) lane folder/cross-folder with large piece stacker and conveyor Capability: Unit is capable of high speed folding of sheets, pillowcases, table linen, and other flatwork items. Item Sizes: Folds items up to 120� (3050mm) wide with a minimum of 16� (410mm) in length. Primary Fold: Pinch roll diameter shall not exceed 3-1/2� to assure accurate folds. Primary folder shall operate in 1, 2, 3, or 4 lanes as required. Cross-Fold: Cross-fold opening shall be minimum 40� (1020mm) long. Final fold shall have selvage edges hidden. It shall be possible to bypass the third cross-fold. Cross-fold section shall have �Quick Draw� reset button to reduce interruption time in case of linen jam. Delivery side shall be field reversible. Stacker/Conveyor:� Self-contained motor drive for conveyor. Delivery height adjustable from 8� (204mm) to 34� (864mm). Minimum five (5) foot delivery conveyor. Caster mounted with bypass shelf. Quick disconnect utility connections. PC Control: PC-based industrial control with full color touch screen monitor. Full automatic mode, preset, or fully programmable programs. Multi-level password protection. Production data by item, hour, shift, day, and total. USB stick data transfers. Copy and Paste functions. On screen motion flow diagrams. On screen machine schematics. �Touch and Test� diagnostics. Diagnostics: Audible and visual jam alarm(s). Safety Features: emergency stop buttons, interlocked end panels, overload protection on all motors, and bilingual/pictorial safety labels. Certification Labels: Machine shall be tested and approved by ETL or CETL testing laboratories or other recognized testing agency and display proper labels. 3.4 Remove and dispose of existing equipment. 3.5 Training Provide on-site training on operation and maintenance.� Provide manuals and/or cd�s for future instruction. 3.6 Other Technical support supplied by vendor during operating hours unless otherwise specified. Emergency/Service Provided by Vendor Service Technician. �On-site technical service support to be provided within 24 hours. �Security background clearance preferred, but not required. 4.�� Acceptance/Certification:� 4.1 Contractor will provide written documentation listing all installation/replacements done.� This documentation will include: contractor name, date/time, and a detailed list of all parts with serial numbers that were installed/replaced. 4.2 Services provided must pass the satisfactory inspection FSS/FSVA Program Manager.� The examination will look for signs that proper installation techniques were used.� The inspection will include, but is not limited to, insuring that fire and safety protocols are properly followed. �52.212-2 EVALUATION -- COMMERCIAL ITEM (OCT 2014) (a) The government intends to award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and is most advantageous to the government, price and other factors considered. This solicitation is not stating, nor required to state, the relative importance assigned to each evaluation factor (FAR 13.106(a)(2). The following factors will be used to evaluate quotes: ����������� (1) Product Acceptability ����������� (2) Price (c) A written notice of award or acceptance of a quote will be furnished to the successful vendor within the time for acceptance specified in the quote. Before the quotes specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are interchanges after its receipt, unless a written notice of withdrawal is received before award. Addenda to 52.212-2 EVALUATION -- COMMERCIAL ITEM (OCT 2014) The following is inserted as new paragraph (d) of the provision: (d) Basis for Contract Award: This acquisition is conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12, 13, 16 and all applicable Department of Defense (DoD) FAR Supplement (DFARS) and Air Force FAR Supplement (AFFARS) references. Award will be made to the lowest evaluated price that meets the acceptability standards for non-price factors. The Government will evaluate price factors and intends to make award without further interchanges with quoters but reserves right to if deemed in the best interest of the Government. Quotes that fail to conform to any of the solicitation terms and conditions may be excluded from contract award consideration. It is the Governments intent to award a 5 year Indefinite Quantity (IDIQ) contract with Economic Price Adjustment.� The evaluation process will include the following: A. Product Acceptability.� The Government will evaluate the submissions on a pass/fail basis and assign an Acceptable or Unacceptable rating as described in Table 1 below.� � � � � � � � � Acceptable - The vendor provides a product that meets or exceeds the specifications in attachment 1. � � � � � � � � Unacceptable -�The vendor does not provide an acceptable product. B. Price � � � � 1.�� The Government will rank all quotations by lowest price. Award will be made to the lowest priced quotation that meets the specifications required. � � � � �2. Price - Submit one (1) copy of price schedule listed in Attachment 2. (End of Addenda)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6182f64153c4ea296cf4d1f8f6e143a/view)
 
Place of Performance
Address: AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06137070-F 20210919/210917230118 (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.