Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
MODIFICATION

39 -- Automatic Storage & Retrieval System

Notice Date
9/17/2007
 
Notice Type
Modification
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-F3QCCM7212A001
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Point of Contact
Gary Wilson, Contract Specialist, Phone (478) 222-0952, Fax (478) 926-7549,
 
E-Mail Address
Gary.Wilson@robins.af.mil
 
Description
Description: The requirement is not sole source but Full and Open competition all responsible parties can submit responses. DEPARTMENT OF THE AIR FORCE HQ WARNER ROBINS AIR LOGISTICS CENTER (AFMC) ROBINS AIR FORCE BASE, GEORGIA APPENDIX C DATE: 29 Aug, 2007 Performance-Based Work Statement for Automated Storage and Retrieval Systems Installation Building 645 PREPARED BY: James C. Howard 402 MXW/SE Robins AFB, Ga. 31098 SECTION I - GENERAL REQUIREMENTS A. Safety Program Requirements: 1. CONTRACTOR OPERATIONS: Contractor safety, health and fire requirements on Robins AFB are in accordance with Occupational Safety and Health Administration (OSHA), Corps of Engineers Safety Manual (EM 385-1-1), Air Force Occupational Safety and Health (AFOSH) Standards, and National Fire Protection Association (NFPA) standards. In the event of any conflict between safety, health or fire standards and requirements, the most stringent standard or requirement shall apply. 2. CONTRACTOR EMPLOYEES: Compliance with OSHA and other applicable laws and regulations for the protection of contractor employees is exclusively the obligation of the contractor. The government shall assume no liability or responsibility for the contractor's compliance or noncompliance with such requirements. The contractor shall furnish to each of his/her employees a place of employment, which is free from recognized hazards. The contractor shall brief his/her employees on the safety requirements of this contract and on hazards associated with prescribed tasks. This contract shall in no way require persons to work in surroundings or under working conditions which are unsafe or dangerous to their health. The contractor must coordinate and perform work so as not to impact the safety of government employees or cause damage to government property. This requires providing personnel with protective equipment and associated safety equipment as may be necessary. The contractor must also protect personnel from hazards generated by the work. If the contractor employs non English speaking employees, they must post bilingual signs and have written procedures for specific tasks in applicable languages. 3. OSHA INSPECTIONS: Department of Labor (DOL) OSHA inspectors may arrive at contractor work sites without formal notification in the event of an employee complaint or a no-notice inspection. Noncompliance with safety requirements can result in work stoppage, inexcusable delays, and/or costly fines issued by the DOL. 4. FIRE REPORTING: a. All fires on Robins AFB, including extinguished fires, regardless of size, must be reported immediately to the fire department. b. The prime contractor will brief all workers and subcontractors as to the location of telephones and fire alarm pull stations. c. All contractors having office space or trailers on base with telephone service will obtain and affix decals to each telephone. These decals list emergency numbers for fire reporting, ambulance, and security police, and can be obtained form security police in building 263. d. The fire reporting number on base is 911. The caller should give his or her name and location of what is on fire. Also give any information that may be requested by the fire department dispatcher. Stay on the telephone until the dispatcher has obtained all necessary information. e. The fire reporting number from a pay phone, off base, or in Military Family Housing is 911. B. Mishap Notification: 1. The contractor shall notify WR-ALC/SEG (Safety Office) and the ACO, or a designated Government Representative (GR) within one (1) hour after initial notification of all mishaps or incidents at or exceeding $2,000 (material + labor) in damage to DOD property entrusted by this contract. This notification requirement shall also include physiological mishaps/incidents. A written or e-mail copy of this mishap/incident notification shall be sent within three calendar days to the GR, who will forward it to WR-ALC/SEG (Safety Office). For information not available at the time of initial notification, the contractor shall provide the remaining information not later than 20 calendar days after the mishap, unless extended by the ACO. Mishap notifications shall contain, as a minimum, the following information: (a) Contract, Contract Number, Name and Title of Person(s) Reporting (b) Date, Time and exact location of mishap/incident (c) Brief Narrative of mishap/incident (Events leading to accident/incident) (d) Cause of mishap/incident, if known (e) Estimated cost of mishap/incident (material and labor to repair/replace) (f) Nomenclature of equipment and personnel involved in mishap/incident (g) Corrective actions (taken or proposed) (h) Other pertinent information. 2. If requested by Government Personnel or designated government representative, the contractor shall immediately secure the mishap scene/damaged property and impound pertinent maintenance and training records, until released by the WR-ALC Safety Office. Also, the contractor and the subcontractors shall cooperate fully and assist government personnel until the investigation is finalized and closed out. 3. Safety requirements listed in this package that do not relate to the contractor's operations or services shall be considered self-deleting as mutually agreed by the contractor and the ACO. SECTION II ? SPECIFIC REQUIREMENTS A. SAFETY AND MISHAP PREVENTION: 1. In performing work under this contract while on government property, the contractor shall: (a) For those related activities not directly addressed by this contract, conform to the 29 Code of Federal Regulations (OSHA (Occupational Safety and Health Act)), and National Fire Codes. (b) Conform to the applicable safety rules prescribed by the ACO/PO. 2. The contractor agrees to take all reasonable steps and precautions to prevent mishaps and preserve the life and health of contractor and government personnel performing or in any way coming in contact with the performance of this contract on such premises. 3. Smoking is authorized in designated areas only. B. MOTOR VEHICLES: The contractor shall comply with AFI 91-207 regarding the use of safety belts and other protective devices during vehicle operations. No vehicle shall be stopped, parked, or left standing on any road or adjacent thereto or in any area in such a manner as to endanger the vehicle, other vehicles, equipment or personnel using or passing that road or area. To minimize exhaust fumes from contractor vehicles while on Robins AFB, contractor equipment must be equipped with proper emission control devices (IAW applicable state/federal emission control requirements for motor vehicles), and equipment must be shut down when not in use (i.e., no excessive engine idling). Roads shall be swept if spillage occurs during hauling. Ensure safe operating condition of all contractor-owned vehicles. Unsafe and unserviceable vehicles shall be removed from service immediately. 1. The contractor shall comply with local laws and regulations regarding the use of safety belts and other protective devices during vehicle operations. The contractor shall ensure that all sub-contractors also comply with the requirements. C. SAFETY PLAN: 1. The contractor prepared Safety Plan shall clearly define procedures, personnel qualifications, facilities, required equipment and other attributes necessary to fulfill the following elements for the protection of government personnel and property. The Government Flight Representative (GFR) shall approve only those company procedures that meet the intent of the indicated benchmarks, with the exception of Mishap Notification/Reporting procedures. The contractor shall meet the Mishap Notification requirements as written in Section I; paragraph B in this Appendix C. ELEMENT REQUIRED REFERENCED BENCHMARK Material Handling Equipment (MHE) Applicable manufacturer?s specifications and ANSI standards Handling, Storage and Use of Flammable/ NFPA 30, NFPA 33, DOD 4140.25 Combustible Liquids (for POL Storage) Batteries 29 CFR 1910.178 and 29 CFR 1910.305 System modifications, which alter form, MIL Standard 882D, AFI 91-202 fit or function Housekeeping 29 CFR 1910.141 Soldering T.O. 00-25-234 Electronic/Electrostatic Discharge MIL HDBK 263B, T.O. 00-25-234 Sensitive (ESD) Components MIL-STD-1686C Facility Fire Protection NFPA 13, 70, 72, 409 and 410 STATEMENT OF WORK FOR DELIVERY AND INSTALLATION OF AUTOMATED STORAGE & RETRIEVAL SYSTEMS (AS/RS) ? REVISION 3 ? 11 Sept 2007 1.0 DELIVERY AND INSTALLATION 1.1 All deliveries are to be shipped to the following address: 402EMXG/MXV 740 Page Rd. Bldg 624 Robins AFB, GA 31098-1635 Attn. Jonathan Davis/MXVOPA 1.2 Contractor shall furnish all labor, equipment, and tools required to install (4) Automated Storage & Retrieval Systems, in Bldg 645, with the following features: 1.2.1 High density storage with the following dimensions: 1.2.1.1 One (1) 19?-8? High with 86?W x 24?D tray size and a capacity of 1,000 lbs per tray or better. There will be fifteen (15) 3? deep trays at 6? pitch, seven (7) 3? deep trays at 10? pitch, five (5) 3? deep trays at 16? pitch, and five (5) 3? deep trays at 20? pitch for a total of thirty-two (32) trays. 1.2.1.2 One (1) 20?-8? High with 122?W x 32?D tray size and a capacity of 1,000 lbs per tray or better. There will be eighteen (18) 3? deep trays at 6? pitch, nine (9) 3? deep trays at 10? pitch, five (5) 3? deep trays at 16? pitch and five (5) 3? deep trays at 20? pitch for a total of thirty-seven (37) trays. 1.2.1.3 Two (2) 20?-8? High with 86?W x 32?D tray size and a capacity of 1,000 lbs per tray or better. Each of these machines will contain a total of thirty-seven (37) trays. There will be eighteen (18) 3? deep trays at 6? pitch, nine (9) 3? deep trays at 10? pitch, five (5) 3? deep trays at 16? pitch and five (5) 3? deep trays at 20? pitch. 1.2.2 Automatic optimization of trays to the height of an item, on 1? increments, throughout the entire range of the internal shuttle. 1.2.3 Flexible storage with metal tray dividers for product containment. 1.2.4 External picking station to allow ergonomic lifting of items and use of a hoist for heavier items. 1.2.5 Security access controls to allow removal of inventory by way of PIN or password only. 1.2.6 Over-height load sensors. 1.2.7 Computer controlled with a touch screen operator console and Windows based Inventory control software. Software to allow for selection of inventory to be made by either part number, part description or digital photo of the part. Software to allow for remote operation of each machine via desktop PC. 1.2.8 Vertical movement of internal shuttle must be stable and precise to prevent damage to calibrated equipment. Preferably a quiet operation. 1.3 Contractor will erect AS/RS according to manufacturer?s recommendation, and in conformance to all safety standards. Contractor will furnish all lifts and devices necessary to safely assemble the component parts. Contractor shall level, plumb, and square AS/RS after positioned in required location. 1.4 Contractor shall meet with necessary user and applicable facility, electrical, telephone, and computer personnel to ensure minimum disruption of normal operations during installation. He/she shall have examined the installation site to determine the conditions under which the work is to be performed. 1.5 Contractor shall coordinate the installation dates with the 402 EMXSS/MXVOPA Representative. 1.6 The government shall be responsible for providing necessary space to install AS/RS. 1.7 Contractor shall be responsible to repair any damage to facility caused by the contractor or his agents. 1.8 The government assumes no responsibility for any equipment, tools, parts, etc. provided by the contractor. 1.9 Working hours are 6:00 AM to 2:30 PM EST, Monday through Friday with the exception of federal government holidays and work curtailment days. Other hours of work may be arranged with the approval of the Contracting Officer at no additional cost to the government. 1.10 The government shall not issue acceptance until the equipment is fully operable. 1.11 The contractor will conduct an operator?s training class explaining all the functional features of the AS/RS. The training class shall accommodate up to ten (10) employees for a minimum of eight (8) hours. Training to include all necessary Operation Manuals and Reference Materials. Training shall also include routine maintenance procedures and Maintenance Manuals for trouble shooting. 2.0 ACCEPTANCE OF EQUIPMENT 2.1 The inspection/acceptance of the equipment shall be by 402 EMXSS/MXVOPA and acceptance shall be upon satisfactory demonstration of the product to a representative of 402 EMXSS/MXVOPA. The final functional test will exercise all the functions available on the control console. Contractor will demonstrate that the AS/RS functions in accordance with the manufacturer?s advertised capabilities, including all safety switches and mechanisms. Demonstration and acceptance does not relieve the contractor from providing any other portion of this statement of work. The government expects all contractor provided items to be in good working order even if not directly demonstrated. 3.0 UTILITIES 3.1 Electrical power and disconnect panel will be furnished by the Government. Final power connections will be made by Government electricians under the direction of the contractor, and in accordance with all applicable electrical codes. 4.0 CONTROLLED AREA REQUIRMENTS 4.1 This project involves work in a controlled area, and contractors must be US citizens and must register at Building 624 (which is the Avionics Visitor Control Center) upon any entrance or exit of the Avionics complex. Escorts are not required for contractors during normal working hours. Any contractor remaining in the Avionics Complex after normal working hours shall be in violation of security policy if proper permission is not obtained from the WR-ALC/MAI security manger. Alternative work times may be discussed with 402 EMXSS/MXVOPA. 4.2 All contractors shall obtain proper contractor?s badge from Robins Air Force Base Pass and ID Unit and shall present a picture ID to Visitor Control Center personnel prior to each entry to the Avionics Complex. 4.3 Visit Authorization Letters are required for all contractor visitors. They must be furnished at least 24 hours prior to the visit. Requests must be in writing (mail, Teletype or fax) from the Contractor on company letterhead or company form to the Visitor Control Center. The following information must be received in sufficient time for review prior to the visit: Address to: 402 EMXG/MXV VISITOR CONTROL CENTER 420 Richard Ray Blvd, STE 100 ROBINS AFB GA 31098-1640 (912) 926-3653--FAX (912) 926-2004 a. Full Name of Contractor Personnel b. Date of Birth c. Place of Birth d. Job Title e. Citizenship f. Security Clearance Level, Date and Issuing Agency g. Avionics Complex Personnel to be visited (Not the Security Manager) h. Existing Contract Number i. Purpose of Visit j. Date and Duration of Visit (Not to Exceed One Year) k. Contractor Security Officer Name and Signature, Address, Phone Number. This is a combined synopsis/solicitation for commercial items prepared IAW 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 required and a written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors?Commercial Items), FAR 52.212-2 (Evaluation Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications 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) DFARS 252.212-7000 (Offeror Representations and Certifications?Commercial Items), DFARS 252.211-7003 (Item Identification and Valuation). IAW clause 52.212-2 the evaluation factors shall be: Conformance to Requirements and Best Value Determination. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC): 2005-20, Effective: 06 September 2007. NAICS Code 337215 & 333999, F.O.B. Destination (Robins AFB, Georgia), Payment by Electronic Funds Transfer-Central Contract Registration (52.233-3). Quotations may be emailed to gary.wilson.3@us.af.mil and the anticipated response date will be 24 Sep 2007 and the anticipated award date will be 28 Sep 2007. FAR 52.212-3 (Offeror Reps and Certs) An offeror shall complete only paragraph (j) of this provision if the offeror has complete the annual representations and certifications electronically at http://orca.bpn.gov. Please logon to this website and complete the Offeror Reps and Certs. Point of Contact: Gary Wilson, PKP Contracting Specialist, Phone: (478) 926-2031, Email: gary.wilson.3@us.af.mil, Larry Johnson, Contracting Officer, Phone: (478) 926-3985, Email: larry.johnson1@robins.af.mil; Fax (478) 926-7549 Place of Contract Performance: Address: 375 Perry Street, Bldg 255, Suite A Robins AFB, Georgia Postal Code; 31098 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/WRALC/Reference-Number-F3QCCM7212A001/listing.html)
 
Place of Performance
Address: 375 Perry Street, Bldg 255, Suite A Robins AFB, Georgia
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01410241-F 20070919/070917223600 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.