Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

36 -- LAUNDRY FOLDING MACHINE

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of Veterans Affairs, Clarksburg VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA-244-09-RQ-0298
 
Response Due
7/25/2009
 
Archive Date
8/24/2009
 
Point of Contact
TIM RUSSELLLOUIS A JOHNSON HEALTHCARE SYSTEM<br />
 
E-Mail Address
TIM.RUSSELL@VA.GOV
(jennifer.robinson2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase and installation of a towel, gown, and blanket folder, prepared in accordance with the format in Federal Acquisition Regulation (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 through FedBizOpps. The Louis A. Johnson VA Medical Center intends to award a firm fixed price commercial services contract in response to the Request for Quote (RFQ) Number is VA-xxx-09-RQ-xxxx. The solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-30. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clause may be accessed in full text at this address www.acqnet.gov/far. The NAICS code is 333312. Required Components (Included in quoted price): This is a brand name or equal purchase of a Air Chicago XL towel, gown, and blanket folder with the below characteristics if equal is submitted detail specifications must be provided to show how equal: Capability: Unit shall be capable of French folding and crossfolding bath, hand, and pool towels, standard patient gowns, underpads, and other similar items. Is also capable of folding bath and thermal blankets. The following specifications apply: Item Sizes/Primary Fold: French folds items up to 72" (1830mm) wide (when hand folded in half) and 96" (2440mm) long, and as small as 22" (560mm) wide. Half folds items up to 26" (700mm) wide. Primary fold may be bypassed, for crossfolding only, on items less than 12" (300mm) in width and a minimum of 20" (510mm) in length. Crossfold: Crossfolds items once or twice into halves (1/2), thirds (1/3), or quarters (1/4). Stack Capability: Folded items are stacked and automatically advanced onto a conveyor which can be positioned to the right or left side of the unit and configured to discharge stacks to the operator at the front, to the rear, or for direct transfer to a master conveyor system. For quality of stacking, braking above the stacking doors will be achieved by AC frequency inverter, not by mechanical clutch/brake assembly. Primary Fold Method: All primary folds are made by a series of pre-programmed air pulses in conjunction with an air-permeable barrier. Primary fold(s) may be programmed for 0 (bypass for crossfold only), fold, or 1/3 fold. Air pressure adjustments, Hi/Lo, are programmable for each item. Cross Fold Method: All folds are made by a series of pre-programmed air pulses. Crossfold(s) do not use mechanical blades, reducing the number of moving parts that require maintenance or adjustment. Air pressure adjustments for the 2nd crossfold are programmable, Hi/Lo, for each item. Item Measurement: All measurements are made by photosensors with LED indicators. Microprocessor Control: Monitors and directs operating functions including pre-programmed fold styles. Not less than 16 pre-programmed item selections are available by pushbutton. Each program adjusts width, air pulse strength and duration, crossfold parameters, stack height, and conveyor advance when selected. Unit can be manually controlled by pushbuttons at all times. Microprocessor Special Functions: Allows personnel to preset program characteristics, make adjustments, and initiate mechanical and electronic test functions on each program, including both the exit and return conveyor dwell times. In the case of a power interruption or jam, control picks up piece count and stack count at the point where it was interrupted. There are no codes to memorize or PLC ladder logic to follow. Message Screen: Easy-to-read vacuum florescent alpha-numeric message screen displays English messages including current operating mode, production data, adjustment, diagnostic, and testing messages. Diagnostics: Audible and visual jam alarm. Self-diagnostics pinpoint and display problem area on alpha-numeric message screen. Electronic circuit boards include LEDs for simple troubleshooting of electronic circuits. Message displayed on low air pressure and unit stops operating. Drive System: AC frequency inverter with soft start and jog reverse features. Stacker doors utilize an AC frequency inverter for braking to insure front/back accuracy of stacks. Stain/Tear Reject: Unit to be equipped with automatic reject bypass system for misfed (i.e. crooked, too long) items and manual stain/tear reject button to allow operator to discharge stained or torn items to separate area. Standard Features: Locking casters, manual jog reverse. Safety Features: 24 volt controls, stop buttons, interlocked end panels, overload protection for all motors, and bilingual/pictorial safety labels. Certification Labels: Machine shall be tested and approved by a recognized testing agency and display proper labels. Design/Manufacture: Unit is engineered and manufactured in the U.S. All components are manufactured to U.S. standards for prompt parts availability and compatibility. Formed and welded steel end frames with laser-cut openings for precise alignment of components. Options: Multi-level program capacity, key lock microprocessor panel, customized microprocessor program. Service: Bidders must have factory trained technician residing within 2 hours of facility for quick service response. Parts: Local factory authorized distributor must inventory machine parts for specified machine. Delivery: Job site, uncrating, rigging into position, leveling, and mounting to the customer's existing concrete floor, using an industry standard anchor bolt. Perform a complete start-up and in-service procedures with available personnel. Terms and Conditions: User Responsibility: Contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. Exclusions: Service does not include electrical work external to the equipment. Provisions and Clauses: Provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The offerror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussion. The government reserves the right to make no award as a result to this solicitation. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402);52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-8 Option to Extend Services (Nov 1999); VAAR 852.203-70 Commercial Advertising (Jan 2008);VAAR 852.211-70 Service Data Manuals (Nov 1984); VAAR 852.246-70 Guarantee (Jan 2008); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); 52.252-2 Clauses Incorporated by Reference (Feb199852.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.216-1 Type of Contracts (APR 1984); The Government contemplates award of a (Firm Fixed Price) contract resulting from this solicitation; 52.233 Service of Protest (SEP 2006);VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 52.245-1A Government Property Alternate I (June 2007); 52.245-9 Use and Charges (June 2007); 852.246-71 Inspections (Jan 2008) 52.252-1; Solicitation Provisions Incorporated by (FEB 1998); This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html; http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. Offers shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally the vendor shall fully explain their ability to meet the requirements from above. Electronic Invoice Submission: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315)). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoice submission, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, PO Box 149971, Austin, TX 78714-8971. Offers shall be submitted to the Louis A. Johnson VA Medical Center, Attn: Tim Russell (304) 623-3461 x3895, Contracting Specialist, 1 Med Center Drive, Clarksburg, WV 26301, no later than 3:00pm EST on July 30, 2009. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by email at tim.russell@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA-244-09-RQ-0298/listing.html)
 
Place of Performance
Address: LOUIS A JOHNSON HEALTHCARE SYSTEM;1 MED CENTER DRIVE;CLARKSBURG, WV 26301<br />
Zip Code: 26301<br />
 
Record
SN01857416-W 20090627/090626000716-af0af7ab486746cc8b9a3f8f79a3e56c (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.