Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

39 -- Purchase a Gravity Roller Conveyor for the VA Long Beach Healthcare System

Notice Date
1/5/2023 3:12:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0378
 
Response Due
1/20/2023 12:00:00 PM
 
Archive Date
03/21/2023
 
Point of Contact
Isaac Shimizu, Contract Specialist, Phone: isaac.shimizu@va.gov
 
E-Mail Address
isaac.shimizu@va.gov
(isaac.shimizu@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Project Title: Purpose a Gravity Roller Conveyor for the VA Long Beach Healthcare System. Description: VA Long Beach Healthcare System is seeking to purchase two-sets of Gates Gravity Roller Conveyor (Trayline) or equivalent for their facilities in the VA Long Beach Healthcare System. Project Location: VA Long Beach Healthcare System, 5901 East 7th Street, Long Beach, CA 90822 Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q0378 Set Aside: This solicitation is issued as a Service-Disabled Veteran Owned Business Set aside. Applicable NAICS code: 333922, Conveyor and Conveying Equipment Manufacturing. Small Business Size Standard: 500 Employees Type of Contract: Firm Fixed Price Period of Performance: 90 days Delivery Date from award date. Submit any questions regarding this procurement via email to isaac.shimizu@va.gov no later than 2:00 PM PST Friday, January 13, 2023. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://sam.gov/. The Veteran s Integrated Service Network 22 is seeking a contractor to provide VA Long Beach Healthcare System. GENERAL SCOPE The Veteran s Integrated Service Network 22 is seeking a contractor to provide the VA Long Beach Healthcare System a Gates Gravity Conveyor or equivalent. This procurement is solely to procure the materials/hardware purchase and installation is required. Required item is the two-sets of Gates Gravity Roller Conveyor (Trayline) or equivalent possessing the salient characteristics listed below. 1. Salient Characteristics: Gates Gravity Roller Conveyor (Trayline) or equivalent Heavy-Duty Roller Conveyor Trayline system for wet and dry applications Powdered-coated steel frame, all welded Each conveyor trayline will be approximately 30 feet each with a 90-degree bend 1 5/8 O.D 16-gauge stainless steel H frames with structural cross brace PVC roller with stainless steel shafts Legs secured to sleeves with allen head set screws 34 high to top of roller Rollers are 1 7/8 O.D gray PVC tubing with stainless steel ball bearings Rollers are mounted on stainless steel hex spring loaded shafts Roller frames are made of all welded stainless steel with hemmed edges for added rigidity Conveyor frame is constructed of stainless steel with side rails formed to keep trays in proper position Top and bottom of the frame edge for added rigidity Each end of frame is fitted with stainless steel plates notched for easy removal of trays Frame is tied together with stainless steel channel that is fully welded. The supports should be 1 5/8 O.D. 16 gauge stainless steel tubing that fit into stainless steel sleeves welded to the conveyor frame Conveyor shall handle compartmental or divided trays as well as flat bottom trays Tray size shall be 15 x20 ; Conveyor cross member and end plates to accommodate tray Fully welded structural cross brace to integrate with existing raceway box on site Feet shall be in stainless steel flanged feet Existing electrical raceway is built at 10 At Finished Floor (AFF) to the top of the box at 16 AFF. The flip lid opens at 24 AFF. Knockdown construction for shipping Refer to Exhibit A: Conveyor Measurement and Exhibit B: Site Photos for layout and space reference. CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. The Government reserves the right to accept or reject Contractor s employee for the rendering of services. Complaints concerning Contract Personnel s performance or conduct will be dealt with by the Contractor and COR with the final decision being made by the Contracting Officer. SAFETY REQUIREMENTS: All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VALBHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Specific Tasks: The contractor will furnish all parts described above. Should any of the materials be delayed the vendor will have to raise that to the COR for proper attention. Performance Monitoring: COR will ensure that the vendor provides the materials in the allocated time frame. CHANGES: The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price, or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. VA POLICY: Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. PARKING POLICY: It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. IDENTIFICATION BADGES: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. SMOKING POLICY: Smoking is not permitted within the VA Healthcare System facilities campus. NORMAL WORKING HOURS: Normal hours of operation are Monday through Friday from 7:30 am to 4:00 pm Pacific Standard Time. All work is expected to be performed generally during normal hours of coverage unless requested or approved by the COR or his/her designee. Before commencement of work, the Contractor shall confer with the VA COR and Contracting Office to agree on a sequence of procedures; means of access to premises and building. All work performed, to include delivery of materials and equipment, shall be made with minimal interference to Government operations and personnel. Work performed outside the normal hours of coverage must be approved by the COR or his/her designee. OVERTIME AND NATIONAL HOLIDAYS: Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Place of Performance: Place of performance will be located at the VA Long Beach Healthcare System located 5901 East 7th Street, Building 149, Long Beach, CA 90822. Period of Performance: 90 days Delivery Date from awarded date. Delivery shall be freight on board (FOB) Destination Vendor is responsible to coordinate site visit measurement prior to production. Deliver equipment and related accessory to VA Long Beach loading dock. Vendor to coordinate with project COR on delivery and installation. Delivery shall be scheduled and confirmed at least 1 week prior. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, dated May 1, 2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-2, Evaluation -- Commercial Items FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Warranty Requirements FAR 52.217-6, Option for Increased Quantity VAAR 852.219-70 VA Small Business Subcontracting Plan Minimum Requirements VAAR 852.219-73, VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses FAR 52.233-2, Service of Protest VAAR 852.233-70, Protest Content/Alternative Dispute Resolution VAAR 852.233-71, Alternative Protest Procedure Submit written offers in accordance with the following instructions, as well as Addendum to FAR52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 12pm PST Friday, January 20, 2023, to isaac.shimizu@va.gov. Ensure the following are completed and/or included in the quote packet: a. Vendor Information with DUNS number b. Acknowledgement of amendments c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions d. Schedule of supplies (specify manufacturer and model # of proposed item, as well as lead time for delivery) e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items f. 852.219-78 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a44f061e471f45188b4c203d7a76685e/view)
 
Place of Performance
Address: VA Long Beach Healthcare System Bldg. 149 Warehouse, Supply Chain Service 5901 E. Seventh Street, Long Beach 90822
Zip Code: 90822
 
Record
SN06557236-F 20230107/230105230108 (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.