Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

39 -- PRODUCT DISTRIBUTION CAROUSEL SYSTEM

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
02X800286
 
Point of Contact
Gene Sharp, Contract Specialist, Phone 301-443-0150, Fax 301-443-3849, - Margaret Kelly, Contracting Officer, Phone 301-443-4988, Fax 301-443-3849,
 
E-Mail Address
gsharp@psc.gov, mkelly@psc.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Responses shall reference Request for Quotation No. 02X800286. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. Offerors responding should indicate whether or not they are a small business, small woman-owned business, small disadvantaged business, HUBzone, or 8(a) business. The North American Industry Classification (NAICS) Code is 333922 with a corresponding qualifying size standard of 500. Shipment of equipment shall be FOB Destination to Gaithersburg, Maryland. The provision at FAR 52.212-1, Instructions to Offerors - Commercial clauses apply to this acquisition. Only those Offerors who can furnish the items that meet all the requirements specified herein will be considered. Award will be made based on the lowest evaluated price. Offerors wishing to respond to this solicitation shall provide this office with a faxed price quote by the date and time specified for receipt of proposals and a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items with the offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1, Buy American Act; FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; FAR 52.211-6, Brand Name or Equal. All commercial provisions and FAR clauses referenced in this solicitation are available in full text at the following website location: http://www.arnet.gov/far/. The Department of Health and Human Services, Program Support Center, Personal Property Facility is soliciting offerors to provide a product distribution carousel system. Offerors are asked to provide line item prices for the following items: 1) Heavy Duty Bottom Drive Horizontal Carousel Equipment, MFG. White Systems, Model WH50 or equal, QTY: 1 EA. 2) Vertical Lightree III and Carousel Workstation Software, Versatile Warehouse or equal, QTY: 1 EA. 3) Custom Carousel Picking Mezzanine, QTY: 1 EA. 4) Minimal Floorspan Chute and Accumulation Conveyor, QTY: 1 EA. 5) Ergonomic Workstation, QTY 1 EA. Line item prices must include all delivery, offloading, installation, overtime hours, rigging, testing, travel, training (on site) and project management. Delivery is required within 90 days of issuance of a purchase order. The specifications and Government requirements are described as follows: 1. HEAVY DUTY BOTTOM DRIVE HORIZONTAL CAROUSEL SPECIFICATIONS GENERAL APPLICABLE CODES: ASME/ANSI: B20.1-1987, Safety standards for conveyors and related equipment. ANSI/AGMA: 6034-A87, Practice for enclosed cylindrical worm gear speed reducers and gear motors. AFBMA Standard: 9-78, Load ratings and fatigue life for ball bearings. ASTM: A36, Structural Steel. ASTM: A513, Electric resistance welded carbon and alloy steel mechanical tubing. ASTM: B209, Aluminium sheet and plate. NFPA: 70-90, National Electric Code. NEMA: National Electrical Manufacturers Association. ANSI: B30-13, Storage/Retrieval (S/R) Machines and Associated Equipment. HEAVY DUTY BOTTOM DRIVE HORIZONTAL CAROUSEL MODEL WH-50 BOTTOM DRIVE: OVERALL DIMENSIONS: Overall Length: 57', Overall Width per Machine: 5'9-1/2in., Overall Height: 7'3in. NUMBER OF BINS: 50. BIN DIMENSIONS: Pick Face 24.5in W x 20in D x 73in H. BIN DESCRIPTION: Class III (1000 lb. per bin capacity), Heavy Duty Welded Wire Sides, Structural Solid Metal Bin Backs, Full Steel Bottom Plate, Channel Re-enforcement on Bottom Plate, Top Steel Plate for Bin Rigidity and Strength, Carousel Bin Supported from the Bottom, Framework and Guided by the Top Framework. BIN SHELVES: 6 Shelves per bin (300 total-per unit), All Shelves @100 Pound Capacity, Clear Shelf Dimensions 24-3/8in W x 22in D x 3/8in, Shelf Vertical Adjustability Every 3in, Shelf Tilt 7 Degrees, Powder Coated Baked Enamel Finish. BIN MARKERS: Two (2) per Bin, Each Side. BIN ACESS PANELS: Two (2) Carousel Bins include a Maintenance Access Panel (Access Panel Provides Easy Access to Carousel Interior for Service and/or Maintenance). BIN CAPACITY: 1,000 Pounds Per Bin. MACHINE CAPACITY: 50,000 Pounds Per Carousel, expandable. DOUBLE TIER: 1,000 All Double Tier Structure and Steel Included. MODULAR STRUCTURE: The Carousel Frame Consists of Modular, Bolt Together Sections. Each Section is made up of the Top and Bottom Track Weldments Separated by Pipe Stanchions. Tie Road Assemblies are utilized for Structural Rigidity. SUPPORT COLUMNS: Dual Post Support Columns Provided. FOOT PLATES: The Support Columns are attached to the Floor via a Steel Base. This Base Acts as a Footplate for the Support Columns and is Also Attached to the Bottom Load Bearing Track. Bottom Drive Carousels Distribute the Load via the Entire Bottom Track Width and Length. TRACK: The Lower Straight Track and Nose End Section is Solid Steel (standard), Welded to a 2in x 1-1/2in x 3/16in Structural Angle Iron. Track is Continuously Supported by the Angle Iron, Providing Continuous Floor Contact Around the Entire Periphery of the Carousel. The Upper Track is Constructed of 2.5in x 1in x .125in Formed Steel Angle with 3in Formed Steel Channel Cross Members. The Track Sections are Modular Sections that Permit Variance of the Carousel Length with a Minimum of Effort. LOAD BEARING WHEELS: The Carousels Utilize Heavy Duty, Concave, Grooved Steel Wheels, Running on a Solid Steel Track. Each caster Assembly has Dual Deep Groove Conrad Type Sealed Radial Ball Bearings for the Wheels and Full Complement Double Row Axial Ball Bearings for the Swivel. The Load Carrying Bearings of the Caster Assemblies have a B-10 Minimum Life of 35,000 Operating Hours at a Carousel Speed of 65 FPM at the Design Load. WHEEL SPECIFICATIONS: Size: 4in Outside Diameter x 3in Root Diameter #1045 Solid Steel. TOP PLATE: Carbon Steel Case Hardened, YOKE PLATE: Carbon Steel Case Hardened, SWIVEL BEARING: Full Double Row Ball Bearing, Complete with Hardened Raceways, WHEEL BEARING: Conrad Type Deep Groove Radial Ball Bearings, LUBRICATION: Wheel Bearings are Factory Lubricated and Sealed for the Life of the Bearing. The Swivel Bearings Require Periodic Grease Lubrications Via Zerk Fittings (Sealed Bearing Available). UPPER WHEEL: Size: 3in O.D., BEARING: Flanged Ball Bearing, WHEEL TIRE: Molded Nylon. DRIVES: DC Motors. Dual 2 Horsepower. The Direct Drive Design Consists of the Motor Being Coupled to the Speed Reducer. The Speed Reducer is Coupled to the Main Drive Sprocket via ASA Roller Chain and Sprockets. The Main Sprocket is Firmly Mounted Directly to the Carousel Frame Utilizing Two Heavy-Duty Pillow Block Bearings Which Embrace a Large 1-3/4in Diameter Sprocket. The Speed Reducers Have a Minimum Service Factor based on the Calculated Horsepower. The Reducer Classification for the equipment is in accordance with AGMA Standard 440.04. SPROCKETS: Drive and Idler Sprockets are Manufactured From 1/2in Solid Plasma Cut Plate Steel. Sprockets are in compliance with ANSI Standard B29.1. SPEED: 65 Feet per minute (Optional 70-80-90). AUTOMATIC LUBRICATOR: One (1) Automatic Track Lubricator provided per Carousel. TORQUE TUBES: Link Bottom Drive Sprocket to Top Drive Sprocket. Unit Drives Top and Bottom at both Drive Ends, Reducing Stress and Drag. This Design Creates the Twin-Drive Carousel. SAFETIES: Vertical Photoeyes at the pick nose of the Carousel. Emergency Stop Control, Remote Reset Button. FOOTPEDAL: Standard OSHA Footswitch with Each Carousel. ELECTRICAL: NEMA Control Cabinet. One Cabinet Per Pod. POWER SUPPLY: Customer to Provide: 480 Volts/1 Phase/60 Hertz to a Fusible Disconnect. 230/240 3 Phase is an Acceptable Alternative Power Source. COLOR (Carousels): Frames are Black. Bins and Shelves are Blue. Solid Blacks are Galvanized. FINISH: Environmentally Safe and the Highest Finish Quality Powder Coating on all Painted Surfaces. WARRANTY: 1 Year Parts and Labor Warranty (includes all preventive maintenance). 7 Years on Load Carrying Wheels. 10 Years on Load Carrying Track. SYSTEM CONFIGURATION: 2 Carousels, 1 Pod of 2. Offeror prices must include delivery, offloading, installation, overtime hours, rigging, testing and project management. 2. LIGHTREE III SPECIFICATONS LIGHTREE: Vertical Lightree III. NUMBER OF DISPLAYS: 6 per Lightree. DISPLAY TYPE: Ten character alphanumeric LEDs. BODY: Black Anodized aluminum extrusion. POWER: 115/1/60 input power, supplied by customer. HEIGHT: Variable based on carousel height. FEATURES: One year parts and labor warranty. VWARE ADDITIONAL CAROUSEL WORKSTATION SOFTWARE: Each of the workcell stations (existing and new) will have its own PC/display to allow maximum horse power to operate the system concurrently. The enhanced design will allow both areas to be serviced by a single operator (moving between the workcells as needed), or by two operators simultaneously, depending on staffing levels and workload requirements. A Supervisor's screen will display the number of line items to be processed for each work type for both workcells. It will also include a display of the number of container starts for each workcell to assist the use in staffing each of the zones. The carousel, light, and batching areas would be the same configuration, and use the same hardware and firmware as the original carousel workcell (with the exceptions of the number of shelves in the carousels). The system would be set up to perform in a process and pass mode of operation, whereby all lines for a single order would be mapped to a single container, which would be started at the furthest upstream workcell having inventory for the order, then passed on to the next pod (if needed). The new workstation software will utilize the lights on the Sortbar to display the next destination for each order tote at the end of batch processing. The next destination would either be Car 2, Pack or Excptn (for the remote exception handling station/supervisor terminal). The enhanced system may be configured to allow the same SKU to be stored in both workcells, or just one, depending on user preferences. The system will also allow putaway containers to be passed from one workcell to the other to accommodate the storage requirements for the subject SKU as defined by the user. Offerors price must include: (1) Carousel Workcell Module (Pick-and-pass w/existing), Baseline System Reconfiguration, Computer Configuration/Integration, Application Software Installation/Checkout, Training (on Site), Travel Expenses, Remote Support, Software Project Management. 3. CUSTOM CAROUSEL PICKING MEZZANINE 16' x 6' x 168in H, custom picking mezzanine with 1' cantilever, 42in H handrail with kickplate and 54in drop gate, BOCA approved stairs and safety chains. Decking is diamond plate with 125#psf. Offeror prices must include delivery, offloading, installation, overtime hours, rigging, testing, project management and limit switch for lift and 4in kickplate welded to lift. 4. MINIMAL FLOORSPAN CHUTE AND ACCUMULATION CONVEYOR 204in H x 29in chute Width x 74in overall diameter designed to handle boxes 3' above the deck of the carousel picking mezzanine. Orders will be sent down chute conveyor and accumulate onto a straight section of conveyor, non-powered with end stop. Offeror prices must include delivery, offloading, installation, overtime hours, rigging, testing, and project management. 5. ERGONOMIC COMPUTER WORKSTATION Measuring 33in x 63in x 29-36in H with overhead shelf. Orders will be picked on this workstation one at a time. Offeror prices must include delivery, offloading, installation, overtime hours, rigging, testing and project management. PROJECT MANAGEMENT AND LABOR SERVICES Labor shall include installation of double tiered carousels, steel and overtime hours to install bins during normal working hours and install track, steel and related hardware on Saturdays and Sundays, if required. Labor to include delivery, offloading, rigging, installation and testing for double tier system and software. Labor to include welding 4in kickplate on existing lift. Labor to include limit switch on existing lift to prevent head injury on underside of carousel picking mezzanine. Project Management to include on site factory trained foreman and Storage and Distribution Systems personnel in supervisory role at varying intervals. Labor to include delivery, offloading, rigging, installation and testing for mezzanine and stairs. Permits required, if any, are DHHS responsibility. Labor to include delivery, offloading, rigging, installation and testing of minimal floorspan chute and roller conveyor for proper box speed on descent. Labor to include assembly of computer workstation on carousel picking mezzanine. PLEASE NOTE THAT ANY AMENDMENTS TO THIS SOLICITATION SHALL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. ALL QUOTES MUST CLEARLY INDICATE THE SOLICITATION NUMBER 02X800286 and be faxed to the Contract Specialist's attention at (301)443-3849. All quotes from responsible sources fulfilling the requirements of this solicitation, shall be considered if received by 4:00 p.m. local prevailing time on September 20, 2002.
 
Place of Performance
Address: PSC Personal Property Facility, 16071 Industrial Drive, Gaithersburg, MD
Zip Code: 20877
Country: US
 
Record
SN00169963-W 20020920/020918213241 (fbodaily.com)
 
Source
FedBizOpps.gov 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.