Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOLICITATION NOTICE

65 -- FLEX PICK 1 CONVEYOR MODIFICATION

Notice Date
10/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Linda Bayer;Department of Veterans Affairs;Leavenworth CMOP;5000 South 13th Street;Leavenworth KS 66048-5580
 
ZIP Code
66048-5580
 
Solicitation Number
VA-760-08-RQ-0003
 
Response Due
11/28/2007
 
Archive Date
1/27/2008
 
Point of Contact
Linda Bayer
 
Small Business Set-Aside
Total Small Business
 
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. Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 333993 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This procurement is a total small business set-aside. See below for services required. The Consolidated Mail Outpatient Pharmacy (CMOP), 5000 S. 13th Street, Leavenworth KS 66048 has a requirement for the following item(s): Modify the existing Flex Pick 1 Labeling Conveyor. ITEM 1: The existing FlexPick 1 Labeling area has the incoming totes filled with unlabeled product enter the labeling area at a height that requires employees to reach down pull and lift the tote to place it on the desktop. The employee then labels all the necessary product, places it back in the tote then lifts the tote and places it on the upper outgoing conveyor. For ergonomic reasons the 12 Flexpick 1 labeling workstations require the incoming tote conveyor to be raised to workstation desktop height allowing the totes to be slid off onto the desktop. The totes will be coming from the output of the Flexpick 1 filling system and the method used to raise the conveyor can in no way interfere with the rate of tote flow from or productivity of the system. The outgoing tote conveyor has to be lowered to accept totes that have been slid off the desktop and placed on gravity fed rollers located at the side of each workstation. The new outgoing tote conveyor has to connect to the original outgoing tote conveyor. The method used to lower the conveyor can in no way interfere with the rate of tote flow from or productivity of the system. The new layout must be in the same area but the conveyor may be extended to allow for height changes. Any relocation of the FlexPick 1 labeling PC's, printers, workstations, lighting, power, power poles, fiber optic network including all parts, materials and labor required to convert the existing conveyor to the new ergonomic layout will be manufactured, supplied and installed by the contractor. All work performed will comply with the National Electric Code and local building codes. The contractor will be able to work during the normal production hours 5:30 a.m. to Midnight on the new layout, but can in no way interfere with production. Access to the facility can be provided during non production hours Midnight to 5:30 a.m. from Sunday thru Thursday and the switch to the new system layout can be performed on a weekend agreed on by CMOP. NOTE: Offerors are urged and expected to inspect the site where the work will be performed. A site visit will be conducted on November 14, 2007 at 10:00 A.M. CT. For inquiries and information regarding the site visit, contact Linda Bayer, 913-727-4888 or Linda.Bayer@va.gov. The Government will not pay nor reimburse any costs associated with attending this site visit. A signed copy of the BAA (Business Associate Agreement) must be submitted prior to attending the site visit at the CMOP. If your company has a Federal Supply Schedule, please indicate FSS number on your bid. Quantity: 1 Job - UNIT PRICE _______. Delivery shall be FOB DESTINATION to the Consolidated Mail Outpatient Pharmacy (CMOP), 5000 S. 13th Street, Leavenworth KS 66048. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract, or contracts, resulting from this solicitation to the responsible offeror(s) based on Best Value, price and other factors considered. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: (b) 5, 14, 15,16,17,18,19, 20, 23, 24, 31, and 32, with Alt I are considered checked and apply. . The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., large business, small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers are to be received at the Consolidated Mail Outpatient Pharmacy, 5000 S. 13th Street, Leavenworth KS 66048, ATTN: Linda Bayer, Contracting Officer, no later than 2:30 P.M. Central time on November 28, 2007. You may contact Linda Bayer, Contract Specialist at Linda.Bayer@va.gov or FAX 913-727-4851, or phone 913-727-4888.
 
Web Link
Contracting Officer
(http://www2.fbo.gov/spg/VA/VACMOP760/VACMOP760KS/VA%2D760%2D08%2DRQ%2D0003/Linda.Bayer@va.gov)
 
Place of Performance
Address: 5000 S 13th Street;Leavenworth KS
Zip Code: 66048
Country: United States
 
Record
SN01441702-W 20071028/071026223419 (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.