Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOURCES SOUGHT

79 -- Furnish and Installation of Single Stage Extractors Presses

Notice Date
5/8/2009
 
Notice Type
Synopsis
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA-243-09-RQ-0201
 
Response Due
5/15/2009
 
Archive Date
6/14/2009
 
Point of Contact
John A HurbanContract Specialist718.741.4351
 
Small Business Set-Aside
N/A
 
Description
The New York Harbor Healthcare System St. Albans Campus is looking for Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hubzone or small businesses that can perform the attached statement of work. If you are an interested vendor please email the Contract Specialist at john.hurban@va.gov with your interest in the project, your business classification and a capabilities statement. Please email your interest and all required information no later than Friday May 15, 2009 at 11:59PM Eastern Standard time.STATEMENT OF WORKThe Contractor shall furnish all, supervision, labor, equipment, and supplies necessary to meet the terms and conditions of this contract in accordance with the Statement of Work (SOW). This SOW includes delivery of new laundry equipment at the St. Albans, New York, VA Extended Care Center in conformance with the following set of specifications. All items provided by the contractor shall be new unless otherwise specified else where in the solicitation. In addition, VA requires the removal of the existing laundry equipment that will be utilized as a trade-in.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, include lock-out and tag-out requirements for all industrial equipment offered. Lock-out / tag-out devices shall be supplied by the successful offeror. All equipment will be separately identified by number and nomenclature with no less than 2-inch numbers and letters, with separate identification on each component. Example: Extraction Press Number 1.The equipment offered shall be made compatible to meet production requirements specified in "ordering data". Drains, penetrations in floors, walls, roofs and ceilings not utilized will be filled with existing floor, wall, roof and ceiling like material. All brace's, pipes, conduit that are not being utilized shall be removed.Textile Care Processing Equipment Layout Drawings and Submittals: Submit three complete sets of descriptive literature, technical proposals and 1/8-inch scale drawings of the 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.Single-Stage Tunnel Washer Extractor Press:A. Furnish 2 (ea) - Single stage tunnel washer extractor presses. The extraction tunnel washer presses must be capable of communication between the existing Lavatec tunnel washer's, Lavatec dryers and shall be capable of meeting the following requirements:(1) Extractor press shall accommodate 110 Lb batch size.(2) Extractor press shall have large capacity basket for oversized loads (up to 15%).(3) Electrical characteristics - 480 volts, 3 phase, 60 cycles.(4) Extractor press shall have fully programmable extraction pressure up to 40 bar (580 P.S.I.).(5) The extractor press controller shall be capable of being programmed for 99 extraction programs and be industrial off the shelf microprocessor.(6) The extractor press shall have touch screen controls with 3D graphics.(7) Automatic hydraulic cooling system.(8) Full high-grade stainless steel construction.(9) An illuminating (when activated) emergency stop button (colored RED). The extractor press shall also be equipped with a normal stop button colored red.(10) Safety micro switches shall be installed on all doors of the extractor press so that when a door is opened, the equipment shuts down.(11) Large volume external water recovery tanks.(12) Positive belt transfer of cake. No mechanical pushers(13) Automatic program to monitor water capacity in the membrane and will have no manual assistance required.(14) Coated ram plate - corrosion resistant finish.(15) Ram control with ultrasonic transmitter.(16) Flexible and simple to use controls.(17) An hour meter shall be installed on each press to show actual run time of the equipment.INSTALLATIONOff loading, rigging and installation of two (2) Single Stage Extractor presses. Work will include the following:1. Offloading of both presses into the Textile Care Facility.2. Vendor shall disconnect and remove old presses from the Textile Care Facility.3. Rig both presses into position on existing Tunnel Systems.4. Rig in new presses according to OEM specifications including all electrical, mechanical, and utilities needed for the operation of the presses.5. Wire communication interfaces to existing tunnel and shuttle systems..6. Enable formula, and customer code to be sent to the shuttle and dryers through the presses.7. Run utilities to new system8. Interface and wire communication cabling with existing Plant Management System for production monitoring and auto Preventative Maintenance Work Order generation.9. All work must be completed during non-production hours in a manner that will not interfere with daily production needs. All work must be completed within seven days.10. Vendor will be responsible for disposal of old units.11. The vendor will supply any equipment needed to install the new presses and remove the old ones from the facility.12. Press must be interfaced to existing Lavatec monitoring system13. Vendor must be present during start-up of the new presses.TECHNICAL INDUSTRY STANDARDSThe supplies or equipment required by this invitation for offer or request forproposal must conform to the standards of the following:National Electrical Manufacturers Association (NEMA):A. MG1 (2002)...Motors and Generators.B. MG2 (2001)...Safety Standard for Construction and Guide for Selections, Installation and Use.National Fire Protection Association (NFPA):A. ALL NFPA Standards and codes.American National Standards Institute (ANSI): Z8.1-1996 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.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.The successful offeror or offeror shall 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: a period of time the contractor uses to setup and fine tune the installed equipment after initial installation and before calling for final inspection).DRAWING AND ROOM PREPARATION INSTRUCTIONS(a) The contractor is responsible for visiting the site of installation, surveying power and other utility requirements, room dimensions and other physical characteristics of the room necessary for proper room layout and providing the Contracting Officer's Technical Representative or his/her designee with three (3) complete layout plans, descriptive literature of all equipment.Contractor bears all responsibility for all new utility connections. These documents shall fully define and illustrate all proposed changes to heating, ventilation, (e.g., air exchanges, etc.) and air conditioning systems (e.g., loads, designated/rated operation of all computer equipment, etc.); utility connections, chases and conduits to include communications; room illumination; plumbing; drains; improvement to floor loading capacities; penetrations of fire and load bearing walls and finished floors; and other changes to the characteristics of the existing physical plant necessary for the contractor to install a fully operational system. Contractor shall make maximum use of existing structures (i.e., wall/ceiling mounts, junction boxes, raceways and conduits) in preparation of drawings. Power line recommendations shall conform to NEMA Standard XR2-2000.(b) If the physical structure must be modified to permit transport of the equipment to the installation site, the contractor shall be fully responsible for the modifications and for restoring the modifications to their original condition.(c) The contractor shall identify a responsible and knowledgeable representative to explain the drawings and make any necessary changes. This representative shall visit the site upon request of the Contracting Officer or the Contracting Officer's Technical Representative for review and clarification of the drawings. More than one visit may be required if significant changes are required.(d) Approval for the contractor to proceed with installation shall be contingent upon the acceptance of design submittals and written notification to proceed with installation by the Contracting Officer.(e) It shall be the responsibility of the Government to comply with the furnished drawings and/or instructions to provide for the proper installation. Any changes necessary to complete installation caused by incomplete or erroneous drawings and/or instructions furnished shall be the responsibility of the equipment contractor.TRAINING OF OPERATING PERSONNEL(a) The price quoted shall include contractor responsibility for providing on-site orientation and training of using personnel in operation and care of the equipment furnished. This training shall include actual demonstration and operation of the equipment, preventive maintenance, and any adjustments or other actions which may be undertaken by operating 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.SERVICE(a) Service during the guarantee period shall be provided within 24 hours of notice from the Contracting Officer or the Contracting Officer's Technical Representative representative. A routine service request will be issued upon any failure which degrades system performance but does not prevent continuation of patient care.(b) Emergency service by a qualified engineer must be provided within 24 hours of notification. Telephone response does not satisfy this requirement. An emergency service request will be issued upon any failure which prevents systems operation and disrupts continued patient care.(c) Prior to and during the guarantee period, service at other than normal working hours (8:00 a.m. - 5:00 p.m., excluding weekends and holidays), if at the request of the hospital, will be charged at an hourly rate which is the difference between current regular rate and overtime rate. Otherwise, all services shall be performed at no charge to the Government during this period.AVAILABILITY OF PARTS AND SERVICEThe contractor guarantees availability of servicing and replacement parts for a period of ten (10) years.SERVICE BULLETINSTwo (2) copies of each service bulletin affecting safety or maintenance of equipment furnished under this contract shall be forwarded to the receiving activity for a period of ten (10) years after date of delivery. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA-243-09-RQ-0201/listing.html)
 
Record
SN01812573-F 20090510/090509165617 (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.