Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

39 -- VEHICLE IMPACT MANAGER ID SYSTEM

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Distribution Center, 2001 Mission Drive DDC CSS-AB, Bldg 404, New Cumberland, PA, 17070-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SP3100-07-T-0119
 
Response Due
9/21/2007
 
Archive Date
10/31/2007
 
Description
The Defense Distribution Center, New Cumberland, PA has a requirement for vehicle impact manager ID system to be delivered to the Defense Distribution Depot Norfolk, VA (DDNV). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ) and the solicitation number is SP3100-07-T-0119. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-20 effective 06 Sep. 2007 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20070906 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2007-11. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is unrestricted. The NAICS code applicable to this acquisition is 334290 and the size standard is 750 employees. The requirement consists of the following: CLIN 0001-Vehicle Impact Manager ID System complete and in accordance with the following scope of work. FOR THE JOB $_______________ SCOPE OF WORK: 1. Background: a. Requiring Organization: Defense Distribution Depot Norfolk, VA (DDNV); 1968 Gilbert St.; Norfolk, VA 23512. b. Project History: DDNV provides logistic support to the Atlantic Fleet. DDNV has 25 storage buildings with over 50 pieces of MHE. The types of equipment they have are Raymond stock selectors, turret trucks and dockstockers, Drexel swing mast vehicles, Landoll pivot mast vehicles, and 4K and 6K forklifts. Bldgs. W-143, Y-109, W-135 and W-148 are the heart of the Industrial Complex. The back-up storage facilities are X-134, X-136, X-218, and V-52. The majority of the buildings have columns on 20 ft. centers and W-143, X-134 and X-136 have freight elevators to transport receipts and issues via forklift to multiple storage floors. DDNV has severe problems with forklift impact to storage racks, elevator doors, building columns, overhead doors, fire doors and conveyor systems. DDNV needs a system that will identify the operator when a vehicle impacts the items above, shuts down use of the vehicles until it is reset by the maintenance department or warehouse supervisor, maintains a log of the offenders with the time, date and location of the accident and the duration of time the vehicle is locked out until the vehicle is reset. c. Purpose of the Statement of Work: Supply and install vehicle impact manager ID system (Shock Watch ID 1300 or equivalent) on 50 DDNV forklifts/stock selectors/turret trucks and pivot mast vehicles. The system shall provide ID access control and impact and utilization monitoring devices for the material handling equipment. This system shall be integrated with the forklifts and the Impact Manager ID that shall detect impacts and record the event details, such as the driver ID, date, time, and location of the incident. The data shall then be downloaded through user interface options for the ID such as a data ranger data collection device that can download information from up to 50 pieces of equipment and store the data in static memory. Access to the forklift will be granted by the operator swiping his DDNV badge over the HID Proximity Card on each vehicle. If there is a vehicle impact the supervisor must clear the incident by scanning his black i-Button at the forklift where the accident occurred to clear the vehicle so it can be reused again. The user interfaces shall also assist in controlling access by ensuring only trained or certified drivers operate the equipment. 2. Scope of Work to be performed: The contractor shall provide all necessary engineering, manufacturing and labor to provide and install 50 vehicle impact manager ID system on the DDNV fleet of stock selectors, turret trucks, dock stockers, swing mast, pivot mast and forklift vehicles. The initialization of the vehicle shall be started by the employee doing a swipe of their DDNV ID card at the contractor provided HID Proximity Card located on the vehicle which shall allow the vehicle to be turned on. The operator information shall be recorded in memory such as the time, date, operator name, time logged on, time logged of, record of any impact, location of the impact, time and date the vehicle was reset, the person who reset it, vehicle utilization and automatic logoff time due to vehicle inactivity. The contractor designed, supplied and installed vehicle impact sensor system shall record this information and shall be downloaded manually by maintenance shop personnel using the data ranger to the contractor supplied and installed vehicle manager software system installed on the Government Windows XP Gateway desk top computer that will be located in the maintenance shop in W-131. Fifty HID Proximity Cards (one for each vehicle) shall also be supplied which grant access to operator after he swipes his DDNV Badge. Twenty five black i-Buttons will be supplied to give the warehouse supervisors and maintenance personnel access to reset the vehicles when a vehicle accident occurs. 2.1 The following are the key function requirements of the required system: a. Real time impact detection and recording through a user-adjustable sensor. b. Vehicle access control shall be by iButtons, and magnetic stripe (DDNV Badge). c. Operator certification tracking. d. Lockout/tagout capability e. Voltage monitoring f. Event data e-mail capability g. Inactivity logoff after 20 min. h. LED for quick operational verification. i. Management software operation in local workstation, LAN, and WAN with export capabilities (shall be windows XP Professional compatible). j. 98 db output alarm. K. Operational over a 10 to 60 volt DC range. l. UL rating-type E, EE, G, GS, LP, LPS, D and DS m. Customizable reporting and graphing capabilities. n. User defined maintenance alert based on vehicle hours of utilization o. No reprogramming of the vehicle manager shall be required for the installation of the system on vehicle. 2.2 The following are the minimum system specifications: a. Operating Temperature:-4 degrees F to 140 degrees Fahrenheit b. Operating Humidity: 0 to 100% non-condensing c. Case material: Polystyrene or equivalent d. Relay Output: Normally open contact fused at 5 amps (2 AG 5 amp @125 V) Normally closed contact fused at 10 amps (2AG 5 amp@125V) e. Data Storage Capacity: 400 events/Operator log on/off/ Impact time and date f. Sensor: Adjustable magnet g. Impact Detection Range: User adjustable threshold (.3G to 7G) h. Operating Shock: 10 G (nondestructive) to 100 G (destructive) i. Shock Resistance: 4G @ 11 ms j. Vibration resistance: 20 G @ 10 to 25 Hz k. Output Alarm: Piezoelectric 98 DB minimum l. Data Retrieval: ID: 8K x 8 memory device via a Data Ranger m. Quantities: Impact manager ID 1300 or equivalent with proximity card reader option: 50 each Filter Block: 50 each Data Ranger: 1 each Software Kit with Card Reader Option: 1 each Installation: 50 each Black i-Buttons: 25 each 3. Deliverables: The contractor shall provide the following documentation for each unit supplied a. Maintenance Manual: List of required spare parts, installation wiring diagram and complete users instructions on how to use the system software and how to repair system in the event of a malfunction. b. Operators Manual: Manual which details operations procedures for equipment, a complete description of what the system will be monitoring and what will happen if the operator has a vehicle impact and system safety procedures. c. Operator Training - The contractor shall provide minimum of one hour of training for 20 ea DDNV warehouse workers for the following: 1) Procedures for operation of the equipment. 2) Safety training 3) Complete description of what is required by the operator and what will happen when the operator has an accident. 4) Training to management on how to clear shutdown of the vehicle after vehicle impacts and how to generate management reports of impact data. d. Maintenance Training: The contractor shall provide minimum 4 hours of maintenance training for 6 DDNV Maintenance department employees for the following: 1) Preventative and corrective maintenance procedures. 2) Training down to the component level on how to repair the equipment supplied. 3) Discussion of preventive maintenance schedule. 4) How to use the software system supplied to generate and maintain management reports. 5) How to trouble shoot RF system and all software and hardware supplied. 4. Certification and Acceptance: The contractor is required to submit an invoice in sufficient detail to allow certification and acceptance by the COR when equipment is delivered on site at DDNV. The contractor shall be eligible for a 50% progress payment upon delivery of the equipment on site at DDNV and successful installation of the first 5 units. The contractor shall be required to perform a 3 day operating test where by contractor shall be on-site to monitor the operation of the equipment for 3 days of successful operation. During the operating the equipment shall operate continuously during one eight hour shift per day and not have more than one minor malfunctions (work stoppages because of a malfunction with a duration of less than 30 minutes from start to repair of the problem) or no major malfunctions (breakdown for more than 30 minutes duration). If more than 3 consecutive days of operation are lost during the operating test the test shall be suspended until the Contracting Officer and or COR resolves the problems with the contractor. Upon completion of the operating test, the contractor shall receive final payment. Certification and acceptance will be conducted within the parameters specified by the Prompt Payment Act. 5. Performance and/or Delivery Schedule: The contractor shall be required to deliver, completely install the equipment and complete the operating test within 180 days after contract award. 6. Government Furnished Property/ Equipment: The Government shall supply a fleet of 50 vehicles (forklift, stock selectors, turret trucks, swing mast vehicles and pivot mast vehicles). The final determination as to which vehicles will be retrofitted with the vehicle impact system shall be determined after contract award; however a preliminary list is as follows: No. Type of Vehicle Bldg. No. DLA Vehicle No. 1 Raymond Turret Truck V-52 97422 2 Raymond Turret Truck V-52 97434 3 Raymond Stock Selector Y-109 01275 4 Raymond Stock Selector X-134 96225 5 Raymond Stock Selector X-134 96226 6 Raymond Stock Selector X-134 97278 7 Raymond Turret Truck X-136 97431 8 Raymond Turret Truck X-136 97432 9 Raymond Turret Truck X-136 97435 10 Raymond Turret Truck X-136 97439 11 Raymond Turret Truck X-136 97423 12 Raymond Turret Truck X-136 97425 13 Raymond Turret Truck X-136 97430 14 Raymond Turret Truck W-148 00270 15 Raymond Turret Truck W-148 00283 16 Raymond Turret Truck W-148 00286 17 Raymond Turret Truck W-148 00287 18 Raymond Turret Truck W-148 06100 19 Raymond Turret Truck W-148 06101 20 Raymond Turret Truck W-148 97277 21 Raymond Turret Truck W-148 97280 22 Raymond Turret Truck W-148 97280 23 Raymond Sideloader W-148 99227 24 Raymond Dock Stocker Y-109 MPC 00271 25 Raymond Dock Stocker Y-109 MPC 97272 26 Raymond Stock Selector Y-109 MPC 01273 28 Raymond Stock Selector Y-109 MPC 01274 29 Raymond Dock Stocker W-143 Rec 97276 30 Raymond Turret Truck Y-109 00284 31 Raymond Turret Truck Y-109 00285 32 Raymond Dock Stocker Y-109 00270 33 Raymond Turret Truck Y-109 06102 34 Raymond Turret Truck Y-109 06103 36 Crown Forklift X-134 87046 37 Crown Forklift X-134 87056 38 Crown Forklift X-134 87057 39 Crown Turret Truck X-218 To be delivered 40 Crown Turret Truck X-218 To be delivered 41 Crown Turret Truck SP-236 97256 42 Crown Stock Selector X-134 To be delivered 43 Landoll Pivot Mast Vehicle X-136 02841 44 Landoll Pivot Mast Vehicle W127/128 04307 45 Landoll Pivot Mast Vehicle W127/128 04308 46 Landoll Pivot Mast Vehicle W127/128 04309 47 Landoll Pivot Mast Vehicle W127/128 04411 48 Landoll Pivot Mast Vehicle W127/128 04412 49 Landoll Pivot Mast Vehicle W127/128 04413 50 Landoll Pivot Mast Vehicle W127/128 04414 7. Security Requirements: The contractor shall be required to follow all applicable installation security and safety requirements at DDNV. 8. Warranty: Not withstanding inspection and acceptance by the Government or any provision of this contract concerning the conclusiveness thereof, the Contractor shall warranty for a period of one year after final acceptance by the Government of the systems furnished and installed under this contract that the system will be free from defects in materials, workmanship, or requirements. During the warranty period and in the event the Contractor is not able to make remedial action himself; he shall make arrangements to have the work accomplished. The Contractor shall furnish to the Contracting Officer the name and address of the selected individual and/or firm who can arrive at DDNV within 24 hours after notification of equipment breakdown to perform the necessary repairs. 9. The work hours for this acquisition will be 0600 to 1630 Monday through Friday except Federal Holidays. END OF STATEMENT OF WORK Any award(s) resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers - Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. The following provisions are hereby added as an addendum to FAR 52.212-1: FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activitys Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officers decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) TECHNICAL PROPOSAL Contractors must submit a Technical Proposal which must include the contractors technical capability to perform the work as identified in statement of Work. The contractor must provide a drawing that shows a basic electrical schematic on how the system will be wired in the forklift vehicle. Contractors must also submit descriptive literature. "Descriptive literature" for this for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures or a web address that contains applicable product information. Descriptive Literature is required to establish, for the purpose of evaluation and award, details of the products offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operations. The term includes only information required to determine the technical acceptability of the offered product. The contractor shall also include past performance information that clearly indicates the contractor is qualified and technically capable to provide the material in accordance with the attached specifications. The contractors past performance shall include a list of contracts, preferably three, commercial or government that has been performed within the last five (5) years. This list shall include company name, project title, contract number, brief description of the contractual effort, period of performance, contract dollar amount, current points of contact (include name, address, and phone number), and a list of any significant problems encountered for the contracts reported. Include a brief description of how these problems were handled and remedied. FAR 52-212-2 Evaluation - Commercial Items (a) The Government intends to award a contract resulting from this solicitation to the responsible offeror using the lowest price technically acceptable source selection process. Proposals shall be evaluated only and shall not be rated. Award will be based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factors. The following two (2) non-cost factors shall be used to evaluate proposals: Factor 1-Technical capability and Factor 2-Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a go/no go basis. If a proposal has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated. An offeror who has submitted a technically acceptable proposal, and who has either been found to have a satisfactory past performance history, no relevant past performance history, or for whom no past performance information is available, will then have its proposal evaluated for the lowest price. Factor 1 - Technical capability-The minimum criteria for acceptability for this factor shall be the submission of information that clearly indicates the system being offered complies with all technical requirements in the Statement of Work. Factor 2 - Past Performance-By past performance the Government means the offerors record of conforming to the solicitation specifications and to standards of good workmanship; the offerors adherence to contract schedules, including the administrative aspects of performance; the offerors reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offerors business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In evaluating an offerors past performance record, the Government will consider information in the offerors proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms and former subcontractors; and others who may have useful information. The information provided should reflect similar contracts for the same or similar type products. (End of provision) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. Offerors must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the quotation will render an offeror ineligible for award. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.228-5-Insurance-Work on a Government Installation FAR 52.247-34 FOB Destination DFARS 252.201-7000-CONTRACTING OFFICERS REPRESENTATIVE (DEC 1991) DLAD 52.228-9000 INSURANCE (FEB 2005) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items applies to this acquisition. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea ALT III Quotes must be received by SEPTEMBER 21, 2007 AT 3:30 PM EST. Quotations that include Price, Technical Proposal, and Certifications and Representations at 52.212-3 can be submitted via email to Julie.Metzger@dla.mil, facsimile 717-770-7591 or mail to Defense Distribution Center, DDC-AB, ATTN: Julie Metzger, J Avenue, Building 404, New Cumberland, PA 17070.
 
Place of Performance
Address: DEFENSE DISTRIBUTION DEPOT NORFOLK, 1968 GILBERT STREET, BUILDING W-131, NORFOLK, VA
Zip Code: 23512
Country: UNITED STATES
 
Record
SN01403506-W 20070914/070913071637 (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.