Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

39 -- Sorter/Carton Line Conveyor Systems Installation/Modification and Maintenance for one year for the Media Distrubution Division, 1655 Woodson Road, St. Louis, MO 63114

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P910R0758
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Judy Kibler, 314-331-8521
 
E-Mail Address
USACE District St. Louis
(judith.a.kibler@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation Number W912P9-10-R-0759 is issued as a Request for Proposal (RFP). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. Request price and availability for 1 Sorter Installation IAW the below Statement of Work no later than 3:00PM on 20 September 2010. Responses are to be sent to U.S. Army Corps of Engineers, St. Louis District, Contracting Division, Room 4.207 (ATTN: Judy Kibler), 1222 Spruce Street, St. Louis, MO (NO ELECTRONIC COPIES ALLOWED) STATEMENT OF WORK (SOW) Sorter Installation Sorter/Carton Line Conveyor Systems Installation/Modification 13 August 2010 1. FACILITIES: During installation, testing, monitoring, evaluation, and training the Contractor may utilize unoccupied portions of the installation site for storage and work area. Such use shall be at no additional cost to the Government or the contractor. The space shall have heat, lighting, ventilation, and electrical outlets suitable for such purposes. Prior to submission of the proposals, including price, site visits are recommended and encouraged. Interested parties shall coordinate site visits with the Contracting Officers Representative (COR), see paragraph 2.c. 2. POINTS OF CONTACT: a. Within 10 days after contract award, the contractor shall provide the COR with primary and secondary points of contact (POC's) who are responsible for system installation and all matters under the contract. b. The Contracting Officer's Representative (COR) shall be located at: Office of the Administrative Assistant to the Secretary U. S. Army Headquarters Services Directorate of Logistics - Washington Media Distribution Division (USAHS-DOL-W-MDD) 1655 Woodson Road St. Louis, Missouri 63114-6181 (314) 592-0900 c. The COR is: Mr. Kenneth L. Allen Chief, Maintenance/Distribution Group (314) 592-0900 Ext. 8225 d. Additional POC is: Mr. Matthew Kirkpatrick Chief, Warehouse Operations Branch (314) 592-0900 Ext. 8210 3. RESPONSE TIME: The contractor shall contact a COR within thirty (30) days after the award of this contract to schedule the system installation timetable. The installation, testing, evaluation, and training shall be completed within four (4) months after contract award. 4. LABOR, SUPPLIES AND MATERIALS: The contractor is responsible for furnishing all labor, supervision, test equipment, computer software, documentation, and transportation thereof, required to perform the contract. 5. CONVEYOR SYSTEM INSTALLATION/MODIFICATION FUNCTIONAL REQUIREMENTS: The contractor shall upgrade the existing conveyor system by installing a parcel take-away conveyor from the south end of the Universal Pack Stations to the new Parcel Sorter System. This project includes installing new DC (direct current) powered roller conveyor sections of the same manufacturer, make, and model as currently installed conveyor equipment, as well as slave rollers with ABEC bearings, reutilizing some DC powered roller conveyor sections, and reutilizing some DC powered rollers as well as slave rollers DC power supplies, control cards, photocells and any other associated peripheral devices. The conveyor system shall transport parcels that have dimensions as small as 3 X 5 X 1/2 weighing.120 pound, to as large as 18 X 12 X 18 weighing 50 pounds at an optimal rate of 140 feet per minute. The contractor shall utilize standard off-the-shelf conveyor frame size with outside width of 20 inches, and inside width of 15 inches. The new/modified conveyor sections shall accommodate the transportation of parcels weighing as much as 100 pounds, providing a minimum load capacity rating of 100 pounds per linear foot. All conveyors shall be zoned to provide maximum product accumulation. Electronic control devices shall be installed and programmed to allow for proper conveyor traffic management and smooth merging/diverting operations. Conduit/Air line runs shall be made so as not to impede access to conveyor components. The contractor shall modify the existing carton line conveyor system by installing new/existing DC (direct current) powered roller conveyor sections of the same manufacturer, make, and model as currently installed conveyor equipment, as well as slave rollers with ABEC bearings, DC power supplies, control cards, photocells and any other associated peripheral devices. The conveyor system shall transport cartons at an optimal rate of 140 feet per minute. The contractor shall utilize standard off-the-shelf conveyor frame size with outside width of 20 inches, and inside width of 15 inches. The new conveyor sections shall accommodate the transportation of cartons as large 18 X 12 X 18 weighing as much as 100 pounds, providing a minimum load capacity rating of 100 pounds per linear foot. The new conveyor line shall be installed with a spur of approximately 52 feet and connect to the main line via a facility provided merge. The new Carton line shall be installed with 3 diverters, and shall divert cartons to gravity feed conveyors approximately 12 feet long by 24 inches wide using a narrow belt diverter system. The new Carton Line shall also include one reject line installed at the east end of the system utilizing one facility provided 90 degree corner and new contractor provided gravity feed roller conveyor approximately 12 feet long by 24 inches wide. All conveyors shall be zoned to provide maximum product accumulation. Electronic control devices shall be installed and programmed to allow for proper conveyor traffic management and smooth merging/diverting operations. Scanner/reader shall be provided by the facility with serial communication port, and shall be connectable to the Facilitys Standard Warehouse Operating System (SWOS). Scale shall be provided by the contractor with serial communication port, and shall be connectable to SWOS. Electronic data shall be exported to SWOS, and SWOS shall provide data required for sort decisions back to the Programmable Logic Controller (PLC) via serial port communication. All sort points shall be programmable through the PLC Panel View touch screen. Conduit/Air line runs shall be made so as not to impede access to conveyor components. Sort rates shall be a minimum of 15 to 17 cartons per minute. Scanners and scales shall operate at 99.7% scan/read rate level. a.Machine Package Feed Conveyor Demolition. The contractor shall remove and reutilize for the installation of the new Universal Pack Station Parcel Take-away Conveyor, the DC powered rollers, slave rollers, DC power supplies, control cards, photocells and any other associated peripheral devices from the Machine Packaging Feed conveyor located between, north of the wall near building column H20 to the north end of the tote accumulation chutes located near building column L15. b.Carton Line Conveyor Demolition. The contractor shall remove and reutilize, for the Universal Pack Station Parcel Take-away Conveyor, the Carton Line conveyor approximately 100 feet, with DC powered rollers, slave rollers, DC power supplies, control cards, photocells and any other associated peripheral devices from starting near building column F20 to the carton line scanner/scale located near building column H17. c.Universal Pack Station Parcel Take-away Conveyor Installation. 1). Starting near building column B25, the conveyor shall be installed with new DC powered roller sections running due north to approximately building column F25, about 140 feet, installed at a height to accommodate room for 18 tall cartons to be placed on conveyor below yet low enough for a comfortable reach with parcels. 2). Starting at the ending point of above paragraph c.1) near building column F25, using conveyor sections removed in above paragraph b., conveyor shall turn 90 degrees to the east and continue about 90 feet to approximately building column F20. This section of conveyor shall be installed so that west to east the elevation gradually increases to approximately 72 inches to bottom of conveyor frame. 3). Starting at the ending point of above paragraph c.2).near building column F20, the conveyor shall be installed with new DC powered roller sections, about 15 feet, creating an east to north to east S configuration. Conveyor must align with and feed parcels to the new scanner/scale configuration, approximately 12 feet north of building column F19. d.Carton Line Conveyor Installation. 1). Starting near building column F24, the conveyor shall be installed with one facility provided 90 degree right turn, DC powered roller section, connected to the existing carton line and turn east then with facility provided DC powered roller sections run approximately 18 feet and connect to a facility provided merge. Following the merge the contractor shall install one new contractor provided scale and one facility provided scanner (see paragraph 5.e.). Immediately after the scale/scanner the contractor shall install facility provided conveyor running east to near building column F20 then with facility provided 90 degree turn, turn north to one contractor provided 12 foot section of gravity feed roller conveyor. The contractor shall install 3 new contractor provided narrow belt diverters evenly spaced between near building column F23 and the existing conveyor control panel located near building column F20. Each divert shall be to a contractor provided 12 foot section of gravity feed conveyor. 2). Starting at the facility provided merge using new contractor provided DC powered roller conveyor sections and 90 degree corners the contractor shall install, running west approximately 12 feet of conveyor then turn 90 degrees north, then run 10 feet, turn 90 degrees east and run approximately 24 feet. e.Scanner/Scale System Installation. The contractor shall install a contractor provided scale and a facility provided scanner. The scale and scanner shall accommodate cartons that have dimensions as large as 18 X 12 X 18 weighing 100 pounds and process cartons at a minimal rate of 15 to 17 per minute with a 99.7% scan/read rate level. Contractor shall provide and install associated cabling for data communications with SWOS. f.PLC Installation. The contractor shall provide and install a new Allen-Bradley Logix5561 PLC, all required associated peripheral devices, to include but not limited to, input/output modules, power supplies, and control cards. The contractor shall develop/modify the PLC programming to control operation of all conveyors, scanners, scales, and parcel/carton sorter system. Programming shall include touch screen control of all sorts. The contractor shall modify the conveyor display software programming to reflect all system changes on the graphics display screen, located on the existing conveyor control panel. The conveyor system display shall include current real time operational status of every conveyor section, diverter, pack station, and the status and location of every E-stop within the system as well as current alarm status, alarm history and diagnostics. Conveyor electrical power for this project shall be drawn from the existing conveyor control panel located near building column F20, as much as possible, required electronic control components shall be installed in the existing control panel. Control panel must be 80% or less full, thus an additional panel may be required. The integrity of the existing emergency stop system shall be maintained and updated to include the new equipment. All obsolete conveyor sections shall be removed from the PLC software, disconnected electrically, and removed for disposal. Contractor shall remove electrical cabinet located near building column G17. Removal shall include tracing, isolating and removing/relocating all wiring associated with this cabinet. g.The contractor shall install one, 120 volt, 4-plex outlet on the outside back of the conveyor control panel located near building column F20. The required power circuits shall be obtained from within the control panel. 6. PARCEL SORTER FUNCTIONAL REQUIREMENTS: The new Parcel Sorter shall be installed with 6 bi-directional diverters, and shall divert parcels to containers positioned below the sorter using a narrow belt diverter system. Sort rates shall be a minimum of 15 to 17 parcels per minute. Scanners and scales shall operate at 99.7% scan/read rate level. The contractor shall provide and install a new Allen-Bradley Logix5561 Programmable Logic Controller (PLC), all required associated peripheral devices, to include but not limited to, input/output modules, power supplies, and control cards. Scanner/reader shall be provided by the facility with serial communication port, and shall be connectable to the Facilitys Standard Warehouse Operating System (SWOS). Scale shall be provided by the contractor with serial communication port, and shall be connectable to SWOS. Electronic data shall be exported to SWOS, and SWOS shall provide data required for sort decisions back to the PLC via serial port communication. All sort points shall be programmable through the PLC Panel View touch screen. Conduit/Air line runs shall be made so as not to impede access to conveyor components. a.Parcel Sorter Installation. The contractor shall provide and install all required materials, components and peripheral devices for the installation of the Parcel Sorter. The Parcel Sorter shall accommodate parcels that have dimensions as small as 3 X 5 X 1/2 weighing.120 pound, to as large as 18 X 12 X 18 weighing 50 pounds and process parcels at a minimal rate of 15 to 17 per minute. The parcel sorter shall be continuous feed and track all packages from induction to divert. One sort location shall be defined as a reject station and shall be user definable through the PLC touch screen. Installation shall begin at the east end of the scanner/scale system (see paragraph 6.b.) and shall continue east to near building column F16 for approximately 60 feet at an elevation of 72 inches to the bottom of the conveyor frame. Six bi-directional narrow belt diverters shall be installed at approximately 10 foot intervals allowing for 12 sort locations. And one overflow location shall be installed at the east end of the Parcel Sorter. The contractor shall install at each sort location and the overflow location a chute approximately 36 inches wide and 24 inches long, angled down. The contractor shall install 6 e-stop buttons spaced at even intervals, 3 on the north side of the system and 3 on the south side of the system that will stop all processing and movement of any product on the system. E-stop shall only be reset by a push button on the main control panel. b.Scanner/Scale System Installation. The contractor shall install at a point beginning at the east end of the Universal Pack Station Parcel Take-away Conveyor, and running east for approximately 15 feet, a facility provided scanner, a contractor provided scale and associated input and output conveyors with DC powered rollers, slave rollers with ABEC bearings, DC power supplies, control cards, photocells and any other associated peripheral devices at an elevation of 72 to the bottom of the conveyor frame. The scale and scanner shall accommodate parcels that have dimensions as small as 3 X 5 X 1/2 weighing.120 pound, to as large as 18 X 12 X 18 weighing 50 pounds and process parcels at a minimal rate of 15 to 17 per minute with a 99.7% scan/read rate level. Contractor shall provide and install associated cabling for data communications with SWOS. 7. INSTALLATION: The contractor shall minimize the impact and interruption of normal operations during installation. The contractor shall determine the integration schedule required insuring smooth and timely activation. The installation shall be performed during Principle Period of Maintenance (PPM) hours. Work scheduled to be performed Outside the Principle Period of Maintenance (OPPM), including weekends, is subject to Government approval. The PPM IS 6:00 AM to 4:00 PM, Monday through Friday. OPPM is 4:00 PM to 6:00 AM on weekdays and all day on weekends and holidays. 8. SYSTEM TESTING AND EVALUATION: The contractor shall conduct tests to evaluate and validate system performance upon installation of conveyor sections, parcel sorter, scanner, scale, and related PLC system software modifications. The contractor shall conduct tests to validate parcel/carton transportation/accumulation and diverter functions under actual working conditions. These tests shall evaluate functional completeness, and system performance requirements. System performance shall be considered acceptable at the 99.5% success rate. Facility representatives will observe all testing and evaluation. 9. TRAINING AND DOCUMENTATION: The contractor shall provide training and documentation of the system modification as required to the Facility personnel. The training and documentation shall include operation procedures, maintenance training, maintenance manuals, schematics, layout drawings, and a spare parts listing. At a minimum, the contractor shall provide the documentation and training described below: a. Documentation shall be provided to include the following: (1) One (1) copy of the PLC software program updates/changes both in electronic and hard-copy format. (2) One (1) copy of the changes to the electrical control panels and all other areas modified under the scope of this contract, such as the electrical schematics and layout drawings. (3) One (1) copy of the maintenance manuals, in addition to the maintenance training. (4) One (1) copy of the manufacturers recommended spare parts list. b. Training of operational and maintenance personnel for this system upgrade shall be provided, covering the new configuration. The training of the operational personnel shall be at least 1 hour, and the maintenance training shall be at least 1 hour. 10. REPORTING REQUIREMENTS: The contractor must provide the Government with written reports. At a minimum, the reports shall include: a. Date and time period covered. b. A weekly detailed narrative description of the work done, in layman terms. The contractor shall provide weekly status reports to show the status and progress of the system installation. c. A final report must be submitted no later than seven (7) days after the contractor completes all contract requirements, excepting warranty actions and any on-call or periodic maintenance requirements. The Government shall review the report upon receipt and shall accept or reject the modified system within seven (7) days of receiving the report. Acceptance shall serve as the basis for contractor invoicing. The final report shall include system-testing results, compliance to functional requirements, and a summary of all problems and solutions incurred during installation and testing and their probable causes(s). d. A warranty report shall contain problems found, repair actions taken, time and date of each action, and their probable cause(s). The report shall be submitted within seven (7) working days after each action taken. 11. TERMS OF THE CONTRACT: This is a one-time purchase involving one (1) year of warranty. 12. GOVERNMENT REMEDIES: The following rights and remedies are available to the Government during the installation and warranty periods: a. The Government may require the contractor to provide on-site technical representatives for continuous support whenever the system fails for a period of two (2) consecutive workdays of the Federal Government. b. If the system fails and becomes inoperative because of malfunction and problems within the system components, the contractor, at the Government's option, may be required to provide at no cost: (1) on-site backup hardware items, (2) on-site third level technical support, or (3) a mechanical replacement for the hardware item. c. If, during the warranty period, the system operates at less than 99% accuracy for a four (4) consecutive calendar day period, the Government shall notify the contractor, and the contractor shall provide, without additional cost to the Government, such additional hardware, software, materials, or services as necessary to meet the required effectiveness level. If, within three (3) consecutive calendar days from notification, the contractor has not restored the required effectiveness level, the contractor shall provide a back up item and shall return the inoperable part or component of the system to the factory for reconditioning at no cost to the Government. 13. GOVERNMENT RESPONSIBILITIES: The Government shall provide time for contractor sponsored modifications within a reasonable time after being notified by the Contractor. The time required to make modifications shall be OPPM. 14. SERVICE SUPPORT: The contractor shall provide the necessary support until the warranty period expires to include but not limited to diagnostics, repairs, replacement of parts, software modifications, and Engineering Changes (ECs). The contractor shall respond to maintenance calls within four (4) hours and shall be on-site within 24 hours, during the warranty period. Warranty shall be for at least one (1) year for all system components to include parts, computer software and hardware, control devices, and craftsmanship. Warranty service is to be at no additional charge to the Government. Warranty starts after acceptance. Acceptance criteria for the modification shall be based on an operational demonstration of system functionality. The contractor shall perform an acceptance test consisting of four hours of on-line system operation, in a live environment, to verify that the existing functionality and performance was not affected by the modification. 15. COMMERCIAL ACCEPTABILITY: a. Offeror shall identify at least three (3) sites where the same or a similar system is operating at the Original Equipment Manufacturer's (OEM's) specifications. The offerer shall include Agency/company's name, point of contact, and telephone number. The Government may contact these references provided. Failure to provide three references shall be grounds for an offer being determined technically unacceptable. b. The Offeror shall provide a narrative of each site reference to include a brief technical description or scope of work, complexity, objectives achieved, and an explanation of any problems or delays encountered and corrective action taken. 16. FORMAT FOR TECHNICAL PROPOSALS: A technical proposal must be submitted in response to this solicitation and must be prepared and tabbed in the format described below. Each proposal response shall be keyed to the respective requirement of the SOW and shall provide a detailed technical description as to how the requirement shall be satisfied. All appropriate technical documentation used as references must be furnished. (X) TAB (A) General Description. Provide a brief synopsis of the proposal. State broadly how the proposal meets the requirements and the intent of the SOW. List all exceptions taken to the solicitation requirements and include appropriate rationale for each. Where alternate proposals are made, discuss the controlling principles behind each. (X) TAB (B) Installation and Service Support. The Offeror shall describe proposed methodology to meet the installation and support requirements of the SOW. As a minimum, the Offeror shall provide the following: (1) Quality, qualifications and experience of contractor personnel to be used for installation and support. (2) Milestones to show installation, testing, monitoring, evaluation, schedules, documentation, and training schedule. (3) Terms of one (1) year warranty to at least include conditions of coverage, exceptions, and support response time. (4) Listing of the types of maintenance programs available after the warranty period. The offer shall address, at least, an on-call hourly rate maintenance program. Cost shall not be included in the technical proposal. (X) TAB (C) PROJECT PLAN. (1) Describe how management of the project to be delivered under the anticipated contract shall be implemented within the company. This description shall include organizational placement of key project personnel, relationship of project personnel to points of authority in the company and points of contact within the company for direct communication with Government officials. (2) Describe how project schedules and tasks shall be planned and monitored. (X) TAB (D) SUBCONTRACTING PLAN. The Offeror shall identify all subcontracting that is proposed to be used. The offer shall describe whether the proposed subcontract arrangement is based on already existing contract, on a memorandum of understanding, or a written agreement. The full extent of each subcontracted effort shall also be identified. 17. EVALUATION FACTORS FOR TECHNICALLY ACCEPTABLE, LOWEST PRICED: All technical proposals submitted shall be evaluated as stated herein. To be considered acceptable, a proposal must meet or exceed all SOW terms and conditions in accordance with the following: a. Technical/Functional Requirements - meet or exceed the functional requirements as described in the SOW. Failure to address any item shall be considered nonresponsive and unacceptable. b. System Testing and Evaluation Requirements - meet or exceed the requirements for planning, scheduling, installation, and testing. c. Training and Documentation Requirements - meet or exceed the training and documentation requirements. d. Service Support Requirements - meet or exceed the support requirements during the warranty period. e. Commercial Acceptability Requirements - meet or exceed the commercial acceptability (past performance) requirements. 1. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition. 2. The provision at 52.212-2, EvaluationCommercial Items, is applicable and the specific evaluation criteria to be included are in the SOW. 3. The offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, with its offer. 4. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition. 5. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d9b64525bbab6967f9fb93d532198014)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02251559-W 20100825/100823235553-d9b64525bbab6967f9fb93d532198014 (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.