Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
DOCUMENT

35 -- BLANKET FOLDER - Attachment

Notice Date
9/13/2011
 
Notice Type
Attachment
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Kathryn Crowthers;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26311RP0716
 
Response Due
9/16/2011
 
Archive Date
11/15/2011
 
Point of Contact
Kathryn Crowthers
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 001 BEGINS The purpose of this modification is to add a requirement for pricing the trade-in allowance identified in the second paragraph of item (vi). The combined synopsis/solicitation is changed as follows: (v) Change first sentence to read "This requirement consists of the following three (3) line items ¦" Add Line Item 0003: Trade-In for equipment currently in use. (vi) DESCRIPTION/STATEMENT OF WORK: Following ITEM #2 and immediately preceding General Installation Requirements, insert ITEM #3 TRADE-IN ALLOWANCE: "As Is - Where Is" condition for items: 1 each Braun BETA Blanket Folder, Model BSFF, Serial Number B1960050, Acq Date 2/14/1996 1 each Braun Blanket Stacker, Model BLPS1, Serial Number BST1960050 Removal of trade-in shall be the contractor's responsibility. (xv) PROPOSALS - Change Item (1) to read: (1) PRICE. The price for line items stated as separate dollar amounts and total amount. Lump sum price for line item one includes delivery, installation and training and any other items as defined in the SOW. Price for line item two shall be stated as price per set for two sets of training materials. Item #1 - a. Blanket Folding System as described in SOW. $___________________ Item #2 - Training Materials, 2 sets, price per set $ _______________, total item price (2 sets) $_____________ Item #3 Trade-in Allowance. a. 1 each Braun BETA Blanket Folder, Model BSFF, SN B1960050 $_______________, b. 1 each Braun Blanket Stacker, Model BLPS1, SN BST1960050, Total Trade-In Allowance $ __________________ TOTAL PRICE FOR ALL WORK $ _________________________ AMENDMENT 001 ENDS (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial items 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; quotations are being requested and an additional written solicitation will not be issued. (ii) The solicitation number is VA-263-11-RP-0716 and is issued as a request for proposal (RFP). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-53 (August 4, 2011). In accordance with FAR 52.252-2 clauses and provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: FAR: https://www.acquisition.gov/far/ VAAR: http://www1.va.gov/oamm/oa/ars/policyreg/vaar/ (iv) This solicitation is set aside in entirety for a small business. North American Industry Classification System (NAICS) code 333312 Commercial Laundry, Dry-cleaning, and Pressing Machine Manufacturing (size standard 500 employees) applies to this solicitation. (v) This requirement consists of the following three (3) line items: Line Item 0001: Blanket Folder System consisting of one spreader-feeding machine and one blanket folder cross folder with stacker conveyor. Qty 1 each system; Line Item 0002: Training materials and videos prepared in CD or DVD format on each piece of equipment for operation and maintenance. Qty 2 sets. Full descriptions of both line items are in the Statement of Work; Line Item 0003: Trade-In for equipment currently in use. (vi) DESCRIPTION. (STATEMENT OF WORK / STANDARDS OF PERFORMANCE BEGINS) This acquisition covers equipment replacement, layout, furnishing, installation, and insulation of duct work and piping of a complete workable textile care processing system within an existing textile care processing facility. Any changes to the building, to accommodate performance of the system will be the responsibility of the successful offeror. The Contractor shall furnish all supervision, labor, equipment, tools, safety, hoisting and supplies necessary to meet the terms and conditions of this contract in accordance with the Statement of Work (SOW). This SOW includes removal of trade-in equipment, delivery, installation and training of employees on the new laundry related systems equipment at the VA Medical Center, Minneapolis, MN in conformance with the specifications provided. All items provided by the contractor shall be new. Upon completion of installation, Textile Care Quality Assurance Specialists, from VA Central Office (VACO), will inspect the installation, equipment and production testing of the newly installed equipment. Equipment and materials shall be suitable for installation in available space, arranged for safe and convenient operation and maintenance and, if applicable, with referenced specifications to include a summary of routine preventative maintenance for each piece of equipment and include lockout and tag-out requirements for all industrial equipment offered. The contractor shall supply the lockout tag-out devices for each piece of equipment offered. All lock-out / tag-out locations shall be marked and identified on the machine with instructions on lock-out procedures for the equipment offered. Lock-out / Tag-out procedures include all electrical, air, water, steam, condensate, hydraulic etc. If necessary, relief valves shall be installed for lock-out / tag-out procedures. Air relief valves shall be incorporated within the system. Number and nomenclature will separately identify all equipment with no less than 3-inch numbers and letters. Each piece of equipment will be separately identified. Example: Blanket Folder Number 1 etc. The equipment offered shall be made compatible to meet production requirements specified in "ordering data". Equipment connection to VA utilities is the contractor's responsibility. Penetrations in floors, walls and ceilings not utilized will be filled with existing floor; wall and ceiling like material to match existing. All brace's, air, electrical, and conduit shall be new. A minimum clearance of 36 inches between moving parts and fixed objects and 24 inches between non-moving parts and fixed objects is required. The equipment shall be furnished complete in all details and shall be of such material, design, construction, finish, performance and durability to conform in all respects to the standards of mechanical and electrical workmanship. Installation shall conform to standards of workmanship and safety codes. Any additional electrical, steam, water, compressed air or other utility service that may be required shall be the responsibility of the successful bidder. Textile Care Processing Equipment Layout Drawings: Submit three 1/4-inch scale drawings of layout of the textile care processing equipment offered. Drawings shall include adjacent equipment from original as-build drawings supplied by the medical center to show that equipment offered will fit into the location or space available. As-build drawings are available by email request to Kathryn.Crowthers@va.gov. ITEM #1 - BLANKET FOLDER SYSTEM: A. One (1) each, micro processor controlled, two (2) station spreader-feeding machine that is capable of feeding thermal blankets, bath blankets and bed spreads through the feeding device into a folder-cross folder. Each station shall be equipped with counters. Spreader-feeding machine shall be capable of meeting blanket production requirements of 500 thermal blankets per hour, 500 bath blankets per hour, 500 bed spreads per hour. Thermal blankets, bath blankets and bed spreads will each run separately. B. One (1) each, folder-cross folder and stacker with return to feed conveyor. Quality grading controls are required. C. One (1) each, 360 degree sphere mirror shall allow visual observation of feeder, folder and stacker operation. 1 A. Ordering Data Production BLANKET SPREADER FEEDNG MACHINE. Furnish and install 1 (ea), two (2) station, clip or clip-less blanket spreader feeding machine. Spreader feeder shall be capable of meeting blanket production requirements. The blanket folder shall include digital piece counters and return-to-feed conveyor. 1. Blanket spreader feeding machine shall be capable of producing 500 thermal blankets per hour, 500 bath blankets per hour, 500 bed spreads per hour. Thermal blankets, bath blankets and bed spreads will each run separately. 2. Automatic blanket spreader feeding machine shall be capable of feeding thermal blankets, bath blankets and bed spreads through the feeding device into the folder without moving the blanket spreader-feeding machine. 3. Electrical characteristics - 480 volts, 3 phase, 60 cycles. 4. Blanket spreader feeding machine shall be installed, leveled and have a leveling device installed on the machine. 5. Blanket spreader-feeding machine shall be equipped with four (4) lockable casters. 6. Blanket spreader feeding machine shall be microprocessor controlled and capable of being programmed for each item. 7. Each loading station shall be equipped with a LED counter to determine the number of blankets being processed. 8. The blanket folding machine shall be provided with quality grading controls mounted at each station and shall operate in conjunction with grading controls provided with the blanket folder-cross folder. The quality grading controls will be for tears and stains. 9. An illuminating (when activated) emergency stop button, (colored RED) with legends shall be inter-locked with the entire blanket folding system and when activated shall render the entire system inoperable. The blanket spreader feeder machine shall also be equipped with a normal stop button colored Red. 10. Safety micro switches shall be installed on all doors of the spreader feeding machine so that when a door is opened, the machine shuts down. 11. The blanket spreader feeding machine will have capabilities of changing from thermal blankets to bath blankets, to bed spreads by selecting the pre-programmed program. 12. The blanket spreader feeder machine shall be programmed to automatically adjust the speeds of the blanket folder for items being folded. 13. For allowing visual observation of the mechanical systems, install a minimum of 3/8 inches in thickness scratch and shatter-proof, clear (for the equipment life expectancy), Lucite side panels on both the right and left sides of the blanket spreader feeder machine in lieu of metal side panels. 14. Panels shall be mounted flush with the sides of the system. 15. Panels shall be protected with a guard around the center to prevent carts or other devices from damaging the panels. Panels shall be equipped with fasteners/locks to secure them to the system. 16. An hour meter shall be installed on the spreader feeder machine to show the actual run time of the spreader feeder machine for maintenance. 1 B. Ordering Data Production BLANKET FOLDER CROSS FOLDER WITH STACKER CONVEYOR: Furnish and install 1 (ea) - blanket folder-cross-folder. Folder shall be an integral unit equipped with a conveyor feed and capable of meeting blanket production requirements. Production requirements - 500 thermal blankets per hour, 500 bath blankets per hour and 500 bed spreads per hour. Thermal blankets, bath blankets and bed spreads will each run separately. 1. Blanket folder cross folder shall be capable of receiving thermal blankets, bath blankets and bed spreads from the blanket spreader feeder. 2. Electrical characteristics - 480 volts, 3 phase, 60 cycles. 3. Blanket folding machine shall be installed, leveled and have a leveling device installed on the machine. 4. The blanket folding machine, stacker and return to feed conveyor shall be equipped with four (4) lockable casters. 5. The blanket folding machine and conveyor shall be electrically interlocked to the blanket spreading machine. 6 The blanket folding machine shall be equipped with quality grading controls for rips, tears and stains and shall work in conjunction with the blanket spreader feeder machine. 7. The blanket folding machine and stacker shall be equipped with an illuminating emergency stop buttons (colored RED) when activated, inter-locked with the entire blanket folding system and when activated shall render the entire system (spreader feeder. folder cross-folder and stacker) inoperable. The folding machine and stacker shall also be equipped with a normal stop button colored Red. 8. Blanket folder shall have reverse jog capability for removing jammed articles and have electronic jam shutoff. 9. The blanket folder cross folder control shall be a field programmable microprocessor control with an alphanumeric display, providing a minimum number of programs for folding currently being used by the facility. The blanket folder cross folder control shall be capable of changing the operation of the entire automated folder cross folder system to the required functional configuration for the specific item being processed by simply choosing the appropriate program. A lock out feature shall be included to prevent unauthorized programming. 10. The folder cross-folder shall be equipped with trouble shooting circuitry for use in case of a component failure. 11. The blanket stacker conveyor shall operate as an integral part of the blanket folder cross-folder. 12. The stacker conveyor shall maintain the quality of the folded items during the stacking process. 13. The stacker conveyor shall be capable of receiving folded blankets from the blanket folder cross-folder and drop release the flatwork into precise stack by using a combination centering conveyor. 14. The blanket stacker shall be microprocessor controlled. 15. The stacker conveyor shall operate with a predetermined stack count from five (5) thermal blankets up to 10 bath blankets and bed spreads and shall automatically transport in increments providing space for the next stack. 16. The blanket stacker conveyor shall have lockable casters and be of the modular concept so that it can simply be plugged into the blanket folder cross-folder for utility connections by using quick disconnects. 17. Electrical characteristics - 480 volts, 3 phase, 60 cycles. 18. For allowing visual observation of the mechanical systems, install 3/8" thick scratch and shatter-proof, clear (for the equipment life expectancy), Lucite side panels / doors on both the right and left sides of the folder-cross folder and stacker in lieu of metal side panels. 19. Panels shall be mounted flush with the sides of the system. 20. Panels shall be protected with a guard around the center to prevent carts or other devices from damaging the panels. Panels shall be equipped with fasteners/locks to secure them to the system. 21. Safety micro switches shall be installed on all doors of the blanket folder cross folder and stacker so that when a door is opened, the machine shuts down. 22. An hour meter shall be installed on the blanket folder cross folder and stacker conveyor to show the actual run time of the folder cross folder and stacker conveyor machines for maintenance. 23. Include lock-out and tag-out requirements for equipment offered. Lock-out / tag-out devices shall be supplied by the successful offeror. 24. Furnish one (1) each, 360 degree sphere mirror shall allow visual observation of blanket feeder, folder and stacker operation. ITEM #2 TRAINING MATERIALS AND VIDEOS (If Available): Contractor shall furnish two (2) sets training materials and training videos (prepared in CD or DVD format) on each piece of equipment for operation and maintenance. Separate training videos shall be made for operation and maintenance and shall not be combined. These training materials and videos shall demonstrate the operation and maintenance of the equipment and any adjustments or other actions that may be undertaken by VA operating personnel in the event of failure of equipment. These training materials and videos shall be submitted to the responsible operations official or his designee prior to beginning of training. ITEM #3 TRADE-IN ALLOWANCE: "As Is - Where Is" condition for items: 1 each Braun BETA Blanket Folder, Model BSFF, Serial Number B1960050, Acq Date 2/14/1996 1 each Braun Blanket Stacker, Model BLPS1, Serial Number BST1960050 Removal of trade-in shall be the contractor's responsibility General Installation Requirements (As/If applicable): 1. Existing utilities shall be utilized to meet the performance requirements of this specification. Connection points for new equipment shall be within ten (10) feet of existing equipment. Utilities are electric, air etc. 2. Should additional utility systems be required, these systems shall be the responsibility of the successful bidder. 3. All exposed utility/ductwork/piping systems and motors that are exposed to floor traffic shall be appropriately guarded and protected. 4. The successful offeror shall furnish all labor and materials necessary for storage and installation of new equipment. Installation shall include, but is not limited to: a. All mounting holes will be utilized for anchoring equipment. b. Any and all penetrations of walls, ceilings and floors for the installation or removal of electrical conduit, pipes, ductwork, liquid supply lines, communication wiring, etc. shall be sealed with a fire retardant material and shall match existing materials on both sides of the penetration. (e.g., concrete, wallboard, etc.). c. If required for offered equipment, structural alterations will be the responsibility of the successful offeror. d. Successful offeror shall be responsible for all control wiring including disconnects interconnections, and conduit. Interconnecting consists of all control wiring, all ductwork, interconnecting pieces of equipment and outside vents, all airlines, and all connections from VA supplied utilities. e. All installation and/or modifications of utilities and building structures, as required, shall match existing materials. f. All pipes, vents, drains, electrical boxes, ductwork, and conduit shall be new. g. All insulation shall be wrapped with colored PVC plastic as indicated below. PVC covering shall be a minimum.020 thickness. Flow markings and identification of all ductwork and airlines to equipment shall be appropriately marked with a minimum of two (2) inch letters. Spray-painting stencils is not acceptable. Air PipingPainted Safety White (Blue identification and flow markings) Air Intake DuctworkSafety White (Black/Yellow identification and flow markings) Air Exhaust DuctworkSafety White (Black/Yellow identification and flow markings) Hot Water PipingSafety White (Dark Brown identification and flow markings) Tempered Water PipingSafety White (Tan identification and flow markings) Reuse WaterSafety White (Purple identification and flow markings) Soft WaterSafety White (Dark Gray identification and flow markings) Vent pipePainted Flat Black (White/Black identification and flow markings) Drain LinePainted Flat Black (White/Black identification and flow markings) Domestic waterSafety White (White/Green identification and flow markings) High Pressure SteamSafety White (Black/Yellow identification and flow markings) Condensate ReturnSafety White (Black/Yellow identification and flow markings) Medium Pressure SteamSafety White (Black/Yellow identification and flow markings) Fire Suppression PipingPainted Bright Red (White/Red identification and flow markings) Outside exposed ductwork Aluminum and sealed weather-proofed to protect from the environment All conduitsTo match wall and ceiling colors h. Installation of piping, sleeves, inserts, hangers and equipment for this project shall be in accordance with approved design drawings. Locate drains, piping, sleeves, inserts, hangers and equipment out of the way of windows, doors, openings, light outlets and other services and utilities. All piping shall be installed so as to comply with accepted national and local plumbing practices. i. Holes through concrete and masonry shall be cut with diamond core or concrete saw. j. Hole locations shall not adversely affect strength of structural sections such as ribs or beams. Repair of interior and exterior concrete services of existing drain troughs is required. k. Holes shall be laid out in advance for review by appropriate medical center personnel. l. If necessary to drill through structural sections, Engineering shall be contacted to determine the proper location. m. Install gauges, thermometers, valves and other mechanical and electrical devices with due regard for ease of reading, operating and maintaining. Servicing shall not require dismantling of adjacent equipment, electric or pipe work. n. Valve Tags/Steam Trap Tags/Lists: Furnish and install all valve tags and steam trap tags on equipment and connection points of the textile care processing equipment. Tags shall be engraved, black filled numbers and letters not less than ½ inch high for number designation and not less than ¼ inch for service designation on 19 gauge 1-1/2 inch round brass disc; tags shall be attached with brass hooks or brass chain. o. Contractor shall provide valve lists and steam trap lists on typed plastic coated cards, sized 8-1/2 inch X 11 inch showing tag number, valve function and area of control for each service or system to the designated COTR and inspectors. p. Equipment, motors, piping, ductwork and any other components or materials shall be protected against physical damage from carts. q. Damaged equipment shall be placed in operating condition or returned to source of supply for repair or replacement, as determined by the contracting officer. r. No ductwork, air intake or exhaust, for any of the new equipment shall be installed using screws or rivets that penetrate into the ductwork. s. Pipe escutcheons will be used for all pipe penetrations through walls, floors and ceilings. 5. A minimum clearance of 36 inches between moving parts and fixed objects and 24 inches between non-moving parts and fixed objects is required. 6. Belts, chains, pulleys, couplings, motor shafts, gears or other moving parts shall be fully guarded in accordance with OSHA 1910.219. Guard parts shall be rigid and suitably secured and be readily removable without disassembling the guarded unit. Electrical Installation: Installation shall be in accordance with the current National Electrical Code (NEC). Electrical Identification: A. Nameplates - center on device, cover plate, or enclosure. 1. Use designations defined in the contract documents. Indicate loads served using designations from electrical schedules and designations from the trade furnishing the equipment served. 2. Lettering shall include name of equipment including the textile care processing equipment, the specific unit number, and any reference to ON/OFF or other instructions that are applicable. 3. All labeling shall be on laminated plastic nameplates. 4. Nameplates shall be laminated phenolic with a Blue surface and white core. Use 1/16-inch thick material for plates up to 2 inch X 4 inch. For larger sizes, use 1/8-inch thick material. Control, Communication and Signal Wiring Installation: A. Install a separate power supply circuit for equipment so that malfunction in any system will not affect other systems. B. Install a red warning indicator and a lock-on device on the handle of the branch circuit breaker for the power supply circuit for equipment offered to prevent accidental de-energizing of the system. Plumbing Installation: Installation shall be in accordance with the National Standard Plumbing Code and the following: A. General: 1. Pipe shall be round and straight. Cutting shall be done with proper tools. Except for plastic and glass, pipe shall be reamed to full size after cutting. 2. All pipe runs shall be laid out to avoid interference with other work. 3. Install valves with stem in horizontal position. All valves shall be easily accessible. 4. Pipe saddles and pipe hangers shall be installed on the outside of all insulation and PVC coverings. 5. Pipe escutcheons will be used for all pipe penetrations through walls, floors and ceilings. Truck Delivery: Truck delivery is accepted 8:00 a.m. to 2:30 p.m., local time, Monday through Friday, excluding Federal holidays. Weekend installation is required Installation site will be available for work to be performed under the contract from 2:30PM Friday to 3:30 a.m. Monday, local time, excluding Federal Holidays. TECHNICAL INDUSTRY STANDARDS The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of the following: National Electrical Manufacturers Association (NEMA): A. MG1....Motors and Generators. B. MG2....Safety Standard for Construction and Guide for Selections, Installation and Use. National Fire Protection Association (NFPA): ALL current NFPA Standards and codes American National Standards Institute (ANSI): Z8.1-1972 Safety Requirements for Commercial Laundry and Dry Cleaning Operations. Occupational Safety and Health Administration (OSHA): 29 CFR 1910. CITY, COUNTY, STATE, VA AND NATIONAL ENVIRONMENTAL, FIRE AND SAFETY REGULATIONS/STANDARDS. The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. The seal or label of any nationally recognized laboratory such as those listed by the National Fire Protection Association, Boston, Massachusetts, in the current edition of their publication "Research on Fire," is acceptable. Proof may also be furnished in the form of a certificate from one of these laboratories certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. Technical Certificates of Compliance: Technical certificates of compliance (applicable to the item of equipment furnished) shall be submitted at the time and place of inspection. (Note: Inspection will be conducted by VA after installation and shakedown is completed). COMMERCIAL INTERIM PAYMENT a. Definition: A commercial interim payment is a payment given to the contractor after some work has been done (FAR 32.202-2). For the purposes of this contract, delivery of the equipment shall constitute "some work done". b. Upon delivery of the equipment, the contractor is entitled to a single interim payment consisting of 80 percent of the purchase price. To receive the interim payment, the contractor shall submit an invoice in the amount of the equipment purchase price. The invoice shall be submitted in accordance with 52.212-4, Contract Terms and Conditions -- Commercial Items, paragraph (g) and the invoice submission instructions provided above. c. Verification of the contractor's entitlement to the interim payment shall be accomplished by the medical center providing to the contracting officer a receiving report confirming receipt of the equipment. Upon receipt of the receiving report and the contractor's properly submitted invoice, the contracting officer shall authorize and process the 80 percent interim payment. d. The Government shall retain the remaining 20 percent of the purchase price until such time as the installation has been completed and the Government has inspected and accepted the installed equipment. e. Commercial interim payments are contract financing payments for prompt payment purposes and therefore are not subject to the interest penalty provisions of the Prompt Payment Act (FAR 32.202). SITE VISIT In order to install the new equipment, other existing equipment may have to be moved and reinstalled by the successful offeror. It is the responsibility of the successful offeror to make a site visit to determine what equipment, if any, may need to be moved and reinstalled by the successful offeror. Equipment space limitations do exist for the installation of the new equipment and is the offerors responsibility to make a site visit and obtain as build drawings from the medical centers engineering service. A site visit is scheduled for Friday, September 9 at 2:00 p.m. All parties will meet at the Information Desk in the Flag Atrium of VAMC Building 70 (main hospital). Interested parties should contact Kay Crowthers at tel 612.344.2163 to confirm the meeting date, time and location. ACCEPTANCE PROCEDURES Prior to acceptance of the goods or services provided under this contract, inspection and testing will be performed by VA Asset Management Service, Textile Care Quality Assurance Specialist's in accordance with this clause. For purposes of determining the payment due date under this contract, and for no other purpose, the date of acceptance of the goods or services provided under this contract shall be the actual date of acceptance by the Government or the number of days after request for inspection indicated herein, whichever is earlier, provided delay in acceptance is not the fault of the contractor. (a) Upon completion of installation the equipment will be turned over to the hospital for use. The contractor shall furnish, upon completion of installation, a written notice of readiness for inspection to the Contracting Officer, VA Medical Center, Minneapolis, MN. The VA Medical Center, Minneapolis, MN will pay all costs associated with the original inspection. Final acceptance of the equipment and installation will be based upon an inspection and test to be performed at Government expense within thirty (30) calendar days from date of receipt of request for inspection. If equipment passes inspection or if acceptance inspection is not conducted within thirty (30) calendar days from date of receipt of request for inspection, the Government shall accept installation with guarantee date commencing with date of receipt of notification for inspection. Use of the equipment during the period between completion of installation and inspection and/or inspection and reinspection shall not negate the right on the part of the Government to reject the equipment, should it fail, nor to preclude default action against the contractor in the event of failure to correct deficiencies. (b) In the event the equipment is rejected, contractor will be advised as to deficiencies which were cause for rejection. It shall be contractor's responsibility to correct reported deficiencies and to advise the Contracting Officer when all corrections have been made and equipment is ready for re-inspection. Re-inspection(s) will be performed by VA Asset Management Service, Textile Care Quality Assurance Specialist's with all costs incurred chargeable to the contractor's account. (c) If deficiencies found at the time of inspection are corrected within fourteen (14) calendar days from date of notice of rejection, date of acceptance will be the date notice of readiness for the original inspection is received by the Contracting Officer. If corrections are not accomplished within 14 days, the guarantee commencement date shall then be the date notice of readiness for reinspection is received by the Contracting Officer preceding final acceptance. (d) If acceptance has been made and guarantee period established due to the failure of the Government to perform the inspection within the specified time, this does not waive the rights of the Government to perform an inspection (at the Government's expense) nor does it waive the right of the Government to perform reinspections, if deficiencies are noted, with costs incurred chargeable to the contractor's account. Acceptance of the equipment due to the failure of the Government to perform the inspection within the specified time shall not negate the right on the part of the Government to exercise its rights under the Termination for Cause provisions of the contract in the event the contractor fails to correct the reported deficiencies. TIME OF DELIVERY Equipment delivery, removal of existing equipment and installation shall be coordinated with the Contracting Officer, Acquisition and Materiel Management Service, or person acting in that capacity, at the VA Medical Center, Minneapolis, MN. Please contact Mr. Gene House, Chief, Environmental Management Service, (612)-725-2009. Delivery shall be made within 120 calendar days after award. The required delivery date will be annotated on each individual delivery order. Delivery dates specified on delivery orders may be adjusted by the contracting officer to coincide with the date the hospital will be ready to receive installation. The contracting officer will advise the contractor of the new delivery date at least 45 days prior to the original or adjusted delivery dates. GUARANTEE The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts shall be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. AVAILABILITY OF PARTS AND SERVICE The contractor guarantees availability of servicing and replacement parts for a period of ten (10) years. PERSONS AUTHORIZED TO MAKE CONTRACT CHANGES The Contracting Officer is the ONLY individual authorized to approve any change in the contract which shall result in an increase or decrease of the contract price or which shall in any way change the terms or conditions of the contract. SERVICE DATA MANUAL (a) The successful offeror shall supply two hard copies and two CD's containing operation/service (maintenance) manuals with each piece of equipment in the quantity specified in the solicitation and resulting purchase order. As a minimum, the manual(s) shall be bound and equivalent to the manual(s) provided the manufacturer's designated field service representative as well as comply with all the requirements in paragraphs (b) through (i) of this clause. Sections, headings and section sequence identified in (b) through (i) of this clause are typical and may vary between manufacturers. Variances in the sections, headings and section sequence, however, do not relieve the manufacturer of his/her responsibility in supplying the technical data called for therein. (b) Title Page and Front Matter. The title page shall include the equipment nomenclature, model number, effective date of the manual and the manufacturer's name and address. If the manual applies to a particular version of the equipment only, the title page shall also list that equipment's serial number. Front matter shall consist of the Table of Contents, List of Tables, List of Illustrations and a frontispiece (photograph or line drawing) depicting the equipment. (c) Section I, General Description. This section shall provide a generalized description of the equipment or devices and shall describe its purpose or intended use. Included in this section will be a table listing all pertinent equipment specifications, power requirements, environmental limitations and physical dimensions. (d) Section II, Installation. Section II shall provide pertinent installation information. It shall list all input and output connectors using applicable reference designators and functional names as they appear on the equipment. Included in this listing will be a brief description of the function of each connector along with the connector type. Instructions shall be provided as to the recommended method of repacking the equipment for shipment (packing material, labeling, etc.) (e) Section III, Operation. Section III shall fully describe the operation of the equipment and shall include a listing of each control with a brief description of its function and step-by-step procedures for each operating mode. Procedures shall use the control(s) nomenclature as it appears on the equipment and shall be keyed to one or more illustrations of the equipment. Operating procedures shall include any preoperational checks, calibration adjustments and operation tests. Notes, cautions and warnings shall be set off from the text body so they may easily be recognizable and will draw the attention of the reader. Illustrations should be used wherever possible depicting equipment connections for test, calibration, patient monitoring and measurements. For large, complex and/or highly versatile equipment capable of many operating modes and in other instances where the Operation Section is quite large, operational information may be bound separately in the form of an Operators Manual. The providing of a separate Operators manual does not relieve the supplier of his responsibility for providing the minimum acceptable maintenance data specified herein. Where applicable, flow charts and narrative descriptions of software shall be provided. If programming is either built-in and/or user modifiable, a complete software listing shall be supplied. Equipment items with software packages shall also include diagnostic routines and sample outputs. Submission information shall be given in the Maintenance Section to identify equipment malfunctions which are software related. (f) Section IV, Principles of Operation. This section shall describe in narrative form the principles of operation of the equipment. Circuitry shall be discussed in sufficient detail to be understood by technicians and engineers who possess a working knowledge of electronics and a general familiarity with the overall application of the devices. The circuit descriptions should start at the overall equipment level and proceed to more detailed circuit descriptions. The overall description shall be keyed to a functional block diagram of the equipment. Circuit descriptions shall be keyed to schematic diagrams discussed in paragraph (i) below. It is recommended that for complex or special circuits, simplified schematics should be included in this section. (g) Section V, Maintenance. The maintenance section shall contain a list of recommended test equipment, special tools, preventive maintenance instructions and corrective information. The list of test equipment shall be that recommended by the manufacturer and shall be designated by manufacturer and model number. Special tools are those items not commercially available or those that are designed specifically for the equipment being supplied. Sufficient data shall be provided to enable their purchase by VA. Preventive maintenance instructions shall consist of those recommended by the manufacturer to preclude unnecessary failures. Procedures and the recommended frequency of performance shall be included for visual inspection, cleaning, lubricating, mechanical adjustments and circuit calibration. Corrective maintenance shall consist of the data necessary to troubleshoot and rectify a problem and shall include procedures for realigning and testing the equipment. Troubleshooting shall include either a list of test points with the applicable voltage levels or waveforms that would be present under a certain prescribed set of conditions, a troubleshooting chart listing the symptom, probable cause and remedy, or a narrative containing sufficient data to enable a test technician or electronics engineer to determine and locate the probable cause of malfunction. Data shall also be provided describing the preferred method of repairing or replacing discrete components mounted on printed circuit boards or located in areas where special steps must be followed to disassemble the equipment. Procedures shall be included to realign and test the equipment at the completion of repairs and to restore it to its original operating condition. These procedures shall be supported by the necessary waveforms and voltage levels, and data for selecting matched components. Diagrams, either photographic or line, shall show the location of printed circuit board mounted components. (h) Section VI, Replacement Parts List. The replacement parts list shall list, in alphanumeric order, all electrical/electronic, mechanical and pneumatic components, their description, value and tolerance, true manufacturer and manufacturers' part number. (i) Section VII, Drawings. Wiring and schematic diagrams shall be included. The drawings shall depict the circuitry using standard symbols and shall include the reference designations and component values or type designators. Drawings shall be clear and legible and shall not be engineering or productions sketches. INSTALLATION (a) The contractor shall be responsible for determination of and compliance with federal and state or local code requirements, design data, and other factors necessary to design and install the system at each location. (b) The contractor shall verify the location of extant utilities and shall specify any additional utilities required or any utilities which require relocation or removal. Contractor shall connect to designated utilities in a manner conforming to a nationally recognized code and at a time satisfactory to minimize or preclude disruption to existing functions or clinical services. Contractor shall provide at least two business days notice to the government's on-site representative prior to installation or modification of or connection to utilities. Cables and connections to the hospital-furnished telephone system, if required, are the responsibility of the contractor. (c) Rigging and special handling costs, if required to move the equipment from dock area to the installation site within the consignee's premises, shall be borne by the contractor. (d) Contractor is responsible for uncrating of the equipment and removal of associated refuse. The contractor shall remove rubbish and debris from the site daily, unless otherwise directed. Burning is not acceptable. The contractor shall store all materials which cannot be removed daily in an area to be specified by the Contracting Officer's Technical Representative. (e) The contractor shall be responsible for installation, which consists of assembling, positioning, and mounting of all equipment listed on the delivery order and connections of all cables. The contractor is responsible for furnishing and pulling all interconnecting wiring and cabling, including wiring and cabling to be pulled through conduit and raceways. It is the responsibility of the equipment contractor to install junction boxes; wall/ceiling mounts and support structures it has supplied. The contractor shall be responsible for furnishing all conduit and raceways. (f) The equipment contractor must provide qualified field engineers or technicians to install and conduct all necessary tests which shall begin within (10) ten days after receipt of notice to proceed from the Contracting Officer. (g) It shall be the contractor's responsibility to inform the Contracting Officer and Contracting Officer's Technical Representative of any problems as they occur in connection with installation or which shall affect optimum performance once installation is completed. Such matters as inadequacy of power supply, limitations of site or inadequate preparation of site shall be reported prior to start of installation. Installation shall not proceed under such circumstances until authorized by the Contracting Officer. (h) Once installation is started, it shall be continuous, eight (8) hours per day. Compliance with this requirement shall be manifest by the continuous presence of the engineers or technicians on the job site during the daily working period. Installation shall be continuous, without interruption, until all installation and testing work has been completed. The contractor must provide the physical movement of the equipment from the storage point at final destination, to the area of installation, and the uncrating of the equipment. (i) In the event that progress of the installation is interrupted through no fault of the contractor, the continuous installation referenced in the preceding paragraphs may be terminated until such time as the cause of delay has been eliminated, and then shall be resumed within twenty-four (24) hours after the contractor has been notified that work may again proceed. Such termination of continuous installation shall be made only after notice has been given to the Contracting Officer. Contractor must notify the Contracting Officer within 48 hours of termination of installation. TRAINING OF OPERATING PERSONNEL (a) The price quoted shall include contractor responsibility for providing a minimum of two (2) hours on-site orientation/training of using personnel in operation and a minimum of four (4) hours on-site orientation/training of using personnel in preventative maintenance and care of the equipment furnished. This training shall include actual demonstration and operation of the equipment, preventive maintenance, operator and maintenance personnel specific Lock-out/Tag-out orientation/procedures and any adjustments or other actions which may be undertaken by operating or maintenance personnel in the event of failure of equipment, provided that such adjustment or action shall in no way jeopardize the Government's rights under contract guarantee clause. Upon completion of installation, this training shall be given by qualified contractor representatives on a date to be determined by the Contracting Officer's Technical Representative. Operator and maintenance training shall not be conducted concurrently. (b) The contractor shall consult with the Contracting Officer's Technical Representative or person acting in that capacity regarding the time this training will begin. These officials will be responsible for arranging for the presence of personnel to be trained. (STATEMENT OF WORK/STANDARDS OF PERFORMANCE Ends) (vii) DELIVERY shall be made within 120 calendar days after award. The required delivery date will be annotated on each individual delivery order. Delivery dates specified on delivery orders may be adjusted by the contracting officer to coincide with the date the hospital will be ready to receive installation. The contracting officer will advise the contractor of the new delivery date at least 45 days prior to the original or adjusted delivery dates. Delivery and acceptance of deliverables shall be FOB destination upon receipt of order to the Minneapolis VA Medical Center. (viii) The provision at FAR 52.212-1 Instructions to Offerors -Commercial Items, applies to this solicitation and is incorporated by reference. The addendum to FAR 52.212-1 Instructions to Offerors --Commercial Items - Sub-Part 13.5 Test Program also applies to this solicitation. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. (ix) 52.212-2, Evaluation - Commercial Items applies. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability. The Government will evaluate how well the proposed system design meets the requirement as described in the specifications. The Government will evaluate this capability on the basis of information obtained from the offeror, such as descriptive literature and the technical proposal. The Government may also use any relevant information in its possession or in the public domain. Ability to provide functions that are not required by the specifications but described as "preferred" may increase an offer's rating for this factor. 2. Price. The Government will evaluate the offeror's proposed price. 3. Quality/Past Performance. The Government will evaluate the offeror's reputation for quality and past performance. By quality and past performance the Government means the offeror's reputation for conforming to specifications and to standards of good workmanship; the offeror's reputation for adherence to contract schedules, including both technical and administrative aspects of performance. The Government will evaluate quality/past performance on the basis of information that may be obtained from the offeror, such as previous commercial and Government contracts. The Government may also use any relevant information in its possession or in the public domain. 4. Work plan. Phasing of the work and schedule for completion are important factors that will be evaluated. Production down time must be kept to a minimum. Bidder's ability to keep the laundry up and running to the maximum extent is an important consideration. Likewise, time is of the essence. Bidder's ability to furnish and install the new equipment in a timely fashion is an important consideration as well. (b) The individual factors are considered to be of equal importance; therefore the non-price factors of technical capability and past performance, when combined, are significantly more important when compared to price. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) 52.212-3, Offeror Representations and Certifications - Commercial Items applies. A copy of the provision may be obtained from http://www.arnet.gov.far. (xi) 52.212-4, Contract terms and Conditions - Commercial Items applies. (xii) 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Item applies. The following FAR clauses identified at paragraph (b) of FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, are considered checked and are applicable to this acquisition: (1) 52.203-6, (4) 52.204-10, (6) 52.209-6, (11) 52.219-6, (13) 52.219-8, (15) 52.219-14, (21) 52.219-28, (24) 52.222-3, (25) 52.222-19, (26) 52.222-21, (27) 52.222-26, (28) 52.222-35, (29) 52.222-36, (30) 52.222-37, (36) 52.223-18, (43) 52.232-29, (44) 52.232-30, (45) 52.232-33. (xiii) The following VAAR clauses and provisions are incorporated by reference and apply to this solicitation, any subsequent award and the contractor to which award is made: 852.203-70 Commercial Advertising, 852.211-70 Service Data manuals, Mechanical Equipment, 852-215-70 Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors, 852.215-71 Evaluation Factor Commitments, 852.233.70 Protest Content/Alternative Dispute Resolution, 852.237.71 Alternate Protest Procedure, 852.246-7 Guarantee, 852.246-71 Inspection, 852.273.74 Award Without Exchanges, 852.273.76 Electronic Invoice Submission. CAUTION TO CONTRACTORS. The purchasing activity is not responsible for locating or securing any information that is not identified in the quote and reasonably available to the purchasing activity. Accordingly, to ensure that sufficient information is available, the contractor must furnish as a part of his/her quote all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the request for quotes, and (ii) Establish exactly what the contractor proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the contractor proposes to modify a product so as to make it conform to the requirements of the Request for Quotes, he/she shall (i) Include in his/her quote a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the due date for receipt of quotations to make a product conform to a brand name product referenced in the request for quotations will not be considered. Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) PROPOSALS: Proposals shall include (1) PRICE. The price for line items stated as separate dollar amounts and total amount. Lump sum price for line item one includes delivery, installation and training. Price for line item two shall be stated as price per set for two sets of training materials. Item #1 - a. Blanket Folding System as described in SOW. $___________________ Item #2 - Training Materials, 2 sets, price per set $ _______________, total item price (2 sets) $_____________ Item #3 Trade-in Allowance. a. 1 each Braun BETA Blanket Folder, Model BSFF, SN B1960050 $_______________, b. 1 each Braun Blanket Stacker, Model BLPS1, SN BST1960050, Total Trade-In Allowance $ __________________ TOTAL PRICE FOR ALL WORK $ _________________________ (2) TECHNICAL CAPABILITY. Complete item descriptions and technical characteristics plus any other information that will assist evaluation of technical capability. (3) WORK PLAN. Schedule showing how work will be accomplished within the stated time constraints and including scale drawings of layout as called for in the SOW. (4) PAST PERFORMANCE. Provide a list of at least two similar items installed within the past three years. The description of past projects shall include the equipment, location and description, name of the contracting agency or business, and agency point of contact with name and telephone number. (5) BUSINESS INFORMATION. Include Business Name, DUNS Number, Business Address, Business Phone, Offerors name, Date. Proposals are due Friday, September 16, 2011 at 2:00 pm Central Time and shall be submitted via electronic mail to: Kathryn Crowthers, Contracting Officer, kathryn.crowthers@va.gov or via postal mail or courier to: Department of Veterans Affairs Contracting Office (90D), ATTN: Kathryn Crowthers - Blanket Folder, 708 South Third Street Suite 200E, Minneapolis, MN 55415. FAX OFFERS WILL NOT BE ACCEPTED. (xvi) Point of contact for this solicitation is Kathryn Crowthers, kathryn.crowthers@va.gov. All requests for information must be in writing submitted via email to Kathryn.Crowthers@va.gov, with subject "VA263-11-RP-0716 Blanket Folding System."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26311RP0716/listing.html)
 
Document(s)
Attachment
 
File Name: VA-263-11-RP-0716 VA-263-11-RP-0716_2CSSA1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255073&FileName=VA-263-11-RP-0716-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=255073&FileName=VA-263-11-RP-0716-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Minneapolis VA Medical Center;One Veterans Drive;Minneapolis, MN
Zip Code: 55417
 
Record
SN02574946-W 20110915/110914001120-bcb6371008bc4655c359eaf7029827f1 (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.