Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOURCES SOUGHT

Z -- REPAIR/UPGRADE ELECTRIC TRACK VEHICLE (ETV) SYSTEM-PHASE II

Notice Date
1/18/2006
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0040
 
Response Due
2/2/2006
 
Archive Date
4/3/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Mobile District intends to award a sole source commercial purchase order to Swisslog Translogic on a sole source basis pursuant to FAR 6.302-1 and 41 U.S.C. 253(c)(1)-Only 1 responsible source and no other supplies o r services will satisfy agency requirements for installation of new technology and equipment for the existing deteriorated ETV conveyor system at Reynolds Army Community Hospital, Ft Sill, OK. Therefore, this synopsis shall be considered as a formal mark et survey to identify sources and to increase competition acquisition opportunities. The system repairs and components include: a. Upgrade 43 existing station control assemblies to new IQ type. Note: 120 VAC circuits required at each IQ station enclosure is provided by the facility. b. Provide 20 Car Control Board Upgrade kits. Install 50 Car Control Board Upgrade Kits (20 provided in this phase and 30 provided by the facility from spares) c. Provide and install 50 new Vehicles assemblies. d. Provide and install 50 new Motor/Gearbox assemblies. e. Provide and install 70 new TU Drive Motor assemblies. f. Provide and install Remote System Control Center assembly Note: Installation of the data line connection required between the Main System Control Center and the Remote is excluded from this scope. g. Provide as spare parts 4 TUC Power Supplies, 4 Track Power Supplies (40 Amp) and 4 IQ Panel assemblies. h. Provide training for 3 personnel to be held at the corporate training class in Denver, CO. This is for tuition only. The requirement is to repair/upgrade the existing Swisslog Translogic electronic control for an ETV system. All labor, materials and supplies must be furnished for a complete and operating materials distribution system at Reynolds Army Community Hospital, Ft Sill, OK. The existing ETV system is in need of the repairs/upgrades listed above. Components are failing and need to be repaired/replaced to ensure consistent and complete materials distribution throughout the hospital. The components used must matc h and be seamlessly compatible with the existing Swisslog Translogic ETV system. Because the work is required in an operating hospital, workers must comply with infection control and safety requirements. Workers must also be familiar with the requirements of the Joint Commission for Accreditation of Hospital Organizations (JCAHO) for work in operating hospitals. In addition, a portion of the required repairs/upgrades may occur after normal operating hours to minimize disruption of hospital operations. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND THERE IS NO SOLICITATION DOCUMENT AVAILABLE. It is the belief of the Government that Swisslog Translogic is the only source capable of fulfilling the above described requirement. Interes ted firms may identify their interest by submitting a capability statement which specifically addresses ALL of the following items. Please note that failure to specifically address each of the items below in your capability statement may affect further con sideration of your capability statement. The capability statement shall be in sufficient enough detail so that the Government can determine the capability of your firm to meet all of the Government's requirements. The capability statement must specifically address ALL of the following mandatory minimum evaluation criteria; otherwise no further evaluation of your capability statement will be performed: Please neither note that the Government will not pay for any material provided in response to this synopsi s nor return the data provided. The vendor must be able to demonstrate that their system will have seamless operation with the existing Swisslog Translogic ETV materials handling system and software. Firms interested in being considered shall provide: a. Provide brief documentation of the companys capability to perform the work required, and past per formance of similar work, specifically in reference to providing and installing the Swisslog Translogic ETV materials handling system. b. Provide at least three customer references for completed projects with similar requirements, along with the project location, and the names and telephone numbers of customer points of contact. c. Provide documentation indicating experience in installing and maintaining/repairing the Swisslog Translogic ETV system for the past 5 years. These references must also be able to provide verification that the new system is able to operate and integrate successfully into the existing Swisslog Translogic ETV materials handling system in the hospital facility. d. The capability statement must also include a description of their system specifications, features, drawings and operating software along with an actual control panel or drawings of such for review and evaluation and include how hardware and software wil l integrate/interface with the existing Swisslog Translogic ETV materials handling system. Also, in this capability statement, the vendor must specifically address how this seamless integration will be achieved. Your written capability statement (Original plus 1 copy) including all supporting documentation should be submitted no later than 15 days after the published date of this synopsis (by no later than 2:00 p.m. (local Mobile, AL time) on 02 February 2006 to t he U.S. Army, Corps of Engineers, ATTN: CESAM-CT-C/Jacalyn M. Jenkins (Room 6018), P.O. Box 2288, Mobile, AL 36628-0001. Faxes and e-mailed capability statements are NOT authorized. All questions must be in writing and may be emailed to jacalyn.m.jenkins @sam.usace.army.mil. It is the vendors responsibility to call (251) 441-5598 and verify that the questions were received. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within th e discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. NAICS:238290; Size Standard is $13 million.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00968305-W 20060120/060118212507 (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.