Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

74 -- Custom Robotic Weighing System

Notice Date
6/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL099RP20687
 
Archive Date
8/4/2009
 
Point of Contact
Crystal Brown, Phone: 202-693-7162, Jennifer A Snook, Phone: 202-693-4585
 
E-Mail Address
brown.crystal@dol.gov, snook.jennifer@dol.gov
(brown.crystal@dol.gov, snook.jennifer@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request 172-099F-2887 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32.The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $6.5 Million. This acquisition is a 100% set aside for small businesses. FOB shall be Destination. All responsible Contractors shall provide a quote for the following Statement of Work: 1. INTRODUCTION The Salt Lake Technical Center (SLTC) supports the OSHA mandate to protect workers from exposure to hazardous chemicals and unsafe work environments. Field Compliance Officers sample for dust, inert dusts, nuisance dusts, and particle not otherwise regulated (PNOR); this includes all inert or nuisance dusts, whether mineral or inorganic. Samples are taken using a cyclone, where a known volume of air is drawn through a pre-weighed polyvinyl chloride (PVC) filter. The results are forwarded to the Compliance Officer, allowing them to take the appropriate actions to protect the workers. When dust samples are received by the SLTC, the filters are placed on an automated weighing system for sample analysis according to OSHA method “PV2121”. The automated weighing system places the samples in a 40 oC oven initially for 35 hours. The samples are then removed by the system where they are allowed to equilibrate in a climate controlled room for 6 hours. The samples are then weighed by the automated weighting system and the weights recorded. This process is completed until two consecutive weightings are within 10 micrograms. An automated weight system is required for the analysis of nuisance dusts because it eliminates human error in weighing and recording compliance samples. It also greatly reduces the analysis time because it is able to weigh samples during off hours such as nights and weekends when chemists are not allowed in the laboratory. An automated weighing system increase productivity and accuracy of compliance samples. 2.SCOPE OF WORK Vendor will supply a custom robotic weighing system and all necessary components as listed in deliverables and on attachments. Vendor will install and insure system is fully operational upon completion of installation. Vendor will provide training as outlined in specifications of work. 3.STATEMENT OF WORK Vendor will provide at least two days of on-site training and application development for employees of Salt Lake Technical Center. Training will be provided by a qualified trainer with a knowledge of the instrumentation. The robotic system must be able to handle MSA part number 10012901, which is a 37 mm PVC filter assembly. The assembly is comprised of a stainless steel backing disk, a PVC filter, and a conical aluminum shield. The robotic system must be able to move the filter assemblies from a manually loaded rack (at least 100 samples per rack), to a station where the system makes a determination that a filter has been picked up, then to a bar code reading station, then place the filter into a vacuum drying oven, where the filters will dehydrate for 36 hours. The system will then be required to move the filters back to the starting rack, where they will be allowed to equilibrate for 6 hours, after which the system will move each filter back to the determination station, then to the bar code reader, then to a microbalance. The system must be capable of controlling the movement of the door. The system will take 2 weights, average those weights together, and record the average in a text file. The system will then move the filters back to the vacuum oven, and wait for 12 hours before repeating the process. The second set of averaged weights need to be added to the original text file, but not over-writing the previous values. The system will then compare the two sets of values for each filter, and repeat the process of any filters which have a variance of more than 10 micrograms. When completed, the system will leave the weighed filters in the initial rack. 4. DELIVERABLES The robotic weighing system must meet the following criteria: Robotic system •This must be a “turn key” complete system. All stations (i.e. filter detection, balance, barcode reader, etc) must be included •The system must be capable of handling at least 5 sets of at least 100 filters simultaneously. •The system must be capable of not damaging the filter assemblies while handling them. •The vacuum ovens must be capable of maintaining, while closed and under vacuum, any temperature at or below 60 degrees C. •The balance included with the system must be capable of providing measurements to 1 microgram. Computer system •The computer software which performs all tasks must be user accessible, so that modifications to all operational parameters may be made. The software must be fully documented. •The computer must use Microsoft Vista or, Microsoft XP as its operating system. •All program functions must be such that the system operator may trigger any one specific function manually. This would include the ability to pause any operation at any time in the process. •Data files generated by the system must be in a form which is directly importable to an Access database. The files must be available for edit and/or manual addition of data. Training and warranty •Training for the operation, maintenance and troubleshooting of the system must be included. •The system must be warranted for a period of no less than one year, the start of which must begin no sooner than the date when the system has been installed and demonstrated to successfully perform its tasks. All warranty repairs must be made on site. It must cover all parts, labor and travel and living expenses. Accessories The system will include any other items such as cables, connectors, etc to make the system fully functional upon delivery and installation. Host Computer The control computer(s) for the system must be included. This (these) computer(s) will be state of the art, current production, and at a minimum include a DVD-RW drive, 19 inch LCD display, 250 GB hard drive, keyboard, mouse, and network card. Training Onsite training and application development for a minimum of five people by a qualified application engineer must be included with the system. Travel and living expenses must be included. Support Vendor must provide a no-cost Telephone Technical Support group for user questions and troubleshooting. Telephone Technical Support must be available. Service must be from a trained customer support engineer of the robot supplier and not an outside contractor. The engineer must have the ability to rapidly troubleshoot and solve service related problems. The supplier shall have sufficient engineers available to provide prompt response. Acceptance Test Procedure As a part of the installation and acceptance process, the Service Engineer will run an Acceptance Test. The Acceptance Test Procedure defines the tests for demonstrating the correct function and performance of the instrument. In addition to the normal and customary vendor acceptance tests, the instrument will be setup and optimized to run a complete, full analytical run, with no dropped or damaged filters, and produce a complete data file, which will be ready for export. The following features are highly desirable: •The system should be capable of automatically weighing both a 200 and a 500 microgram weight at the beginning of each analytical set, and record the results. •The system should monitor the temperature and humidity in the room during the equilibration time and record a range for both that is tied to each weighing. The measuring device must be NIST traceable. •The system should be capable of sending an email to a list of persons if the temperature and or humidity exceed preset limits. •The oven temperatures and vacuum levels should be software programmable, real time monitored, and stored. •It would be desirable to have the availability to use small pans to hold nontraditional media. These pans should provide the same level of automation as traditional filters. •It would be desirable to have running more than one analytical program (differing parameters) at the same time. •A delimited file format is desirable. Place of delivery for acceptance and FOB point will be US DEPARTMENT OF LABOR/OSHA, Salt Lake Technical Center, 8660 Sandy Parkway, Salt Lake City, UT 84070-6406 Point of Contact is Norm Perdue Salt Lake Tech Center The following provisions apply to this acquisition: FAR 52.212-1 is supplemented per following addenda: “Contractor shall submit their quote on company letterhead, delivery time, name, address, and telephone number of the offeror, terms of any express warranty, unit price, and overall total price; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-3, Convict Labor (June 2003); 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.333-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252.2. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). The Government intends to evaluate offers and award without discussion to the lowest price technically acceptable. Offeror shall submit all information with offer as required in FAR Part 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. Quotations must be received by July 20, 2009 at 11 am Eastern Standard Time. Quotations shall be submitted via mail delivery to : U.S. Department of Labor OASAM Attn: Crystal Brown Room S-4306 Washington, DC 20010 All questions must be submitted by July 13, 2009 by close of business, via e-mail to brown.crystal@dol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL099RP20687/listing.html)
 
Place of Performance
Address: U.S. Department of Labor/OSHA, Salt Lake Tech Center, 8660 Sandy Parkway, 84070-6406, Salt Lake City, Utah, 84070, United States
Zip Code: 84070
 
Record
SN01861549-W 20090702/090701001231-44cd32fd8a7824d6a8115a7dbb0f7638 (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.