SOLICITATION NOTICE
59 -- Conveyor System-Purchase and Installation - RFQ
- Notice Date
- 9/10/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Government Printing Office, Acquisition Services, Acquisition Services, 732 North Capitol Street, NW, Washington, District of Columbia, 20401
- ZIP Code
- 20401
- Solicitation Number
- GPO09-7677
- Archive Date
- 10/6/2009
- Point of Contact
- Reginald V Walker, Phone: 202-512-2010x31500, Arza E. Gardner, Phone: 202-512-1488
- E-Mail Address
-
rwalker@gpo.gov, agardner@gpo.gov
(rwalker@gpo.gov, agardner@gpo.gov)
- Small Business Set-Aside
- N/A
- Description
- Drawing for new Conveyor System SF18 Request for Quotation - The Installation of New Conveyors RFQ #GPO09-7677 Special Notes/Instructions •1. All Contractors interested in submitting a quote in response to this RFQ will have an opportunity to attend a Site Inspection. The Site Inspection will be held on September 15 th, 2009 at 11a.m. Attendees must contact the Arza Gardner on 202-512-1488 by September 11, 2009 so that the name of your company and your representative can be added to the Attendee List. •2. All questions regarding this requirement must be provided in writing to the CO, Reginald Walker on or before September 17th, 2009. Send questions to agardner@gpo.gov. •3. The Government Estimated Price Range for this Project is less than $90,000. •4. The Pre-Construction meeting shall be held within five (5) business days, with the successful offeror to discuss project scheduling with the COTR and Project Manager. Award of this contract will be made to the offeror who offerors the lowest priced, technically acceptable offer, price and price related factors considered. Award may also be made without discussions. Pricing should be submitted separately from technical proposals. •5. Contractors MUST submit with their quotes evidence that clearly demonstrates compliance with the attached specification(s). (Refer to the attached Section C). It is the sole responsibility of the contractor to identify products that meet these criteria and to provide specific evidence. •6. Contractors MUST submit with their quotes evidence that clearly demonstrates all Manufacturer Material Warranties. Failure to submit Warranty information may render quote unacceptable. •7. The Contractor MUST, with his quote, provide evidence that clearly demonstrates the ability to perform this contract as specified. •8. Contractors MUST submit their quote with at least five (5) references for work accomplished recently. Refer to the Evaluation Section of this RFQ. •9. Due date for receipt of quotes is on or before Friday, September 21 th, 2009, 12:00pm, local time. Quotes may be mailed to the U.S. Government Printing Office, 732 North Capitol Street, N.W, Rm A333, Mail Stop, AS, Washington, D.C. 20401, Attn: Reginald Walker or emailed to rwalker@gpo.gov. STATEMENT OF WORK 1.0 General 1.1 This specification covers the installation of new conveyors to the existing material handling systems. The existing conveyor will be removed by the GPO. The newly replaced conveyors shall work in harmony with the existing various equipments such as conveyor and case sealer without any problem. If the conveyors fail to perform as specified in the Acceptance Test (See Section 14.0), the contractor shall correct the problem without any additional cost to the government until it passes the Acceptance Test. The conveyors and any accessory items supplied by the Contractor shall be described in section 2.0. 1.2. The existing materials-handling system is located at GPO Building C, 732 North Capitol Street, NW Washington, D.C. 1.3. GPO drawing F-5794 shows the portions to be replaced. 1.4. The Contractor shall attach new conveyors to the existing system, test the complete system and verify that the whole system passed the Acceptance Test. In addition to the equipment specified section 2, the contactor shall also supply the labor, supervision, tools, hardware, meals, lodging, travel, etc., as required. Government Responsibilities 1.5. GPO shall disconnect electrical wiring to the existing equipment and remove them out of the place where the new equipments will be installed. 2.0 Specification for Conveyors (See the GPO Drawing F-5794 for the exact locations of those conveyors) 2.1. This section contains the specifications and requirements for conveyors and associated equipment that shall be used for transporting cartons. The system shall have a nominal speed of 60 feet per minute with a minimum capacity of 40 pounds per linear foot. Powered conveyors shall have motors and drives positioned under the conveyor bed in a location standard with the manufacturer of the conveyor. The Government Printing Office shall supply the items listed in Section 5.0 and 11.0. All other materials shall be provided by the contractor. After the GPO removes the existing conveyors, the vendor shall supply the conveyor units which may consists of several small conveyors. The GPO Drawing specifies the locations and shapes of the conveyors to be replaced (See GPO Drawing F-5794, Detail A and B) CONVEYOR I 2.2 The conveyor shown in GPO Drawing F-5794 Detail A shall have following features. 2.2.1 The conveyor shall be equal to or better than SZ196ZPA manufactured by Roach Conveyor. 2.2.2 The conveyor system, which can be combined with several individual conveyors, shall be longer than 146 feet and shorter than 148 feet. 2.2.3 The live roller conveyor frames shall be equipped with slots in the frame for the tread rollers, which makes the tread rollers pop out of the frame to prevent injury to operator or individuals coming in contact with tread rollers. 2.2.4 The conveyor system shall be equipped with at least 25 accumulation zones across the whole conveyor system. 2.2.5 The conveyor system shall have one feed zone. The feed zone will be located at the east end of conveyor system and shall not exceed 5 feet in length. See the GPO Drawing F-5794 for detail. 2.2.6 The speed of the conveyor system shall be at least 60 feet per minute. 2.2.7 The conveyor system shall be designed to have at least 28 Pneumatic Actuators and photo eye controlled zones. 2.2.8 The conveyor system shall be reinforced with sufficient knee braces. 2.2.9. The conveyor system shall be a zero pressure accumulation conveyor utilizing photo sensors to detect presence of product on each zone. Each consists of photo sensor, reflector, solenoid valve and two pneumatic cylinders per zone. Power supply for them shall be supplied per conveyor. 2.2.10. The conveyor shall have angle rail on the one side to prevent the cartons from slipping out of the conveyor system. 2.2.11. The conveyor system shall be designed to withstand at least 2,000 lbs at one time. The conveyor system of each section shall hold at least 10 boxes. The maximum weight of each box will be 30 pounds, whereas average weight is between 23 and 25 pounds. 2.2.12. The conveyor shall be a belt-driven live-roller accumulation conveyor, 18 inches in width. The roller shall be at least 16-gauage steel. 2.2.13. The frame of the conveyor shall be constructed from at least 10-guage steel and the overall conveyor including the frame, legs, rollers, etc. shall be designed for at least 100 pounds of load per foot. 2.2.14. The conveyor supports shall be the adjustable type to allow for an independent adjustment that compensates for uneven spots in the floor. The Contractor shall adjust these legs so that the conveyor will be installed at the same height of the existing conveyors. These supports must be compatible with, and not protrude beyond, the conveyor frame. These legs shall be locked in position after the conveyor has been leveled and shall be lagged to the floor with a minimum of one 3/8-inch-diameter steel lag bolt per leg. 2.2.15. The drive belt shall be between 4 and 12 inches in width and shall be constructed with smooth rubber surface top and bottom. The edges of cuts or slits shall be sealed with a flexible compound to prevent fraying or raveling of duck ply. Splicing shall be accomplished using pin-belt-lacing type fasteners. This drive belt shall be designed for the maximum possible load of having the conveyor completely filled with full cartons. 2.2.16. This conveyor shall be equipped with its own drive unit including a 1-hp motor, starter and all associated controls. The operating speed of this conveyor shall be at least 60 FPM. The motor size specified is a minimum requirement. If a larger motor is required to properly operate this conveyor, it shall be provided by the contractor. A start and stop switch and Emergency Stop Strings shall be provided with the conveyor system. 2.2.17. The cartons that shall be transported by this materials handling system come in three sizes (12.5x9.25x3.5; 12.5x9.25x5; 11.75x9.25x9) and vary in weight from 10 to 30 pounds. CONVEYOR II 2.3. The conveyor for Detail B shall have following features. 2.3.1 The conveyor system on this location shall consist of at least two conveyors. This portion of conveyor system shall have a capability of divert a carton when the operator decides to divert the carton to his direction. The diverging mechanism shall be done by a foot-pedal-type actuator or electric switch. The diverging angle shall be larger than 30 degrees and less then 150 degrees from the linear conveyor. The diverging conveyor shall be equal to or better than Model 796LSDS manufactured by Roach Conveyor. The rest of conveyors for this section shall be equal to or better than the Model 196CARL manufactured by Roach Conveyor. 2.3.2 The conveyor system, which can be combined with several individual conveyors, shall not exceed 35 feet. 2.3.3 The live roller conveyor fames shall be equipped with slots in the frame for the tread rollers, which makes the tread rollers pop out of the frame to prevent injury to operator or individuals coming in contact with tread rollers. 2.3.4 The speed of the conveyor shall be at least 60 feet per minute. 2.3.5 The conveyor system shall be reinforced with sufficient knee braces. 2.3.6 The conveyor shall have angle rail on the one side to prevent the cartons from slipping out of the conveyor system. 2.3.7 The conveyor shall be a belt-driven live-roller accumulation conveyor, 18 inches or larger in width. The roller shall be at least 16-gauage steel. 2.3.8 The frame of the conveyor shall be constructed from at least 10-guage steel and the overall conveyor including the frame, legs, rollers, etc. shall be designed for at least 100 pounds of load per foot. 2.3.9 The conveyor supports shall be the adjustable type to allow for an independent adjustment that compensates for uneven spots in the floor. The Contractor shall adjust these legs so that the conveyor will be installed at the same height of the existing conveyors. These supports must be compatible with, and not protrude beyond, the conveyor frame. These legs shall be locked in position after the conveyor has been leveled and shall be lagged to the floor with a minimum of one 3/8-inch-diameter steel lag bolt per leg. 2.3.10. The drive belt shall be between 4 and 12 inches in width and shall be constructed with smooth rubber surface top and bottom. The edges of cuts or slits shall be sealed with a flexible compound to prevent fraying or raveling of duck ply. Splicing shall be accomplished using pin-belt-lacing type fasteners. This drive belt shall be designed for the maximum possible load of having the conveyor completely filled with full cartons. 2.3.11. This conveyor shall be equipped with its own drive unit including a 1/2-hp motor, starter and all associated controls. The operating speed of this conveyor shall be at least 60 FPM. The motor size specified is a minimum requirement. If a larger motor is required to properly operate this conveyor, it shall be provided by the Contractor. A start and stop switch and Emergency Stop Strings shall be provided with the conveyor system. 2.3.12. The cartons that shall be transported by this materials handling system come in three sizes (12.5x9.25x3.5; 12.5x9.25x5; 11.75x9.25x9) and vary in weight from 10 to 30 pounds. 2.3.13. Provide the name and model number of the conveyors to be supplied by the contractor _________________________________________________________________________ Manufacturer model 2.4. THE REPLACEMENT OF THE BANDS OF THE EXISTING CONVEYORS The contractor shall remove all the existing circular type bands from the rollers and replace with new ones. There are approximately 200 bands. GPO Drawing F-5794 shows the exact location of bands that need to be replaced. 3.0 REMOVING THE EXISTING CONVEYORS AND INSTALLY NEW CONVEYORS 3.1 Removal of the existing conveyors and Installation of new conveyors 3.1.1. Before removing the existing conveyors from the material handling system, the contractor shall be familiar with the function of the existing conveyor system. When the new material handling system has been installed, it shall function as the previous system with enhancements, (e.g. upgrades, improvements, etc.). 3.1.2. A Start-Stop Switch shall be installed on the west end of the conveyor system. Emergency stop strings shall be installed across the whole conveyor. All the electric wires shall be enclosed in the metal conduit and the conduit shall be installed on the opposite side of the operator's position. 3.1.3. The GPO will remove the eleven conveyors with gravity sweep plate from the conveyor (Section A portion of GPO Drawing F-5794). The contractor shall attach the removed conveyors to the new conveyors as shown GPO Drawing F-5794. 4.0 GENERAL QUALITY REQUIREMENTS 4.1 Workmanship shall be consistent with good commercial practices. Components shall be designed and built to avoid excessive wear or strain on mechanical parts and to insure a reasonably long and maintenance free life. 4.2 Mechanical fastening shall be in the best commercial practice. Nuts, bolts, and other threaded fasteners shall, at minimum, comply with SAEJ429b, Grade 3, and be cadmium plated. Cadmium plated flat washers and lock washers shall be used. Bolt holes are to be accurately punched, drilled or reamed, and adjacent edges shall have no burrs, pins, or slivers. 4.3 Welded joints shall be sound, free from pits, holes, fissures, and rough projecting edges. 4.4 Electrical controls shall be a heavy duty industrial type capable of withstanding continuous heavy usage. 4.5 It's the contractor's responsibility to figure out the all the controls related to the control system and install properly so as the whole system to operate in harmony with other equipments. 5.0 POWER-ELECTRICAL CONTROLS 5.1. The equipment shall operate from a power supply of 208 volts plus or minus 10 percent, 3 phase, 4 wires, 60 Hz, alternating current or 208 volts 1 phase, 3 wire, 60 Hz. The contractor shall provide a transformer, if necessary, to meet the voltage and current requirements of the equipment drive. The transformer's primary side shall be equipped with a fused switch or circuit protection devices which shall be capable of supplying the equipment and its components with power, including the maximum in-rush current for simultaneous multiple load starts. Autotransformers are not acceptable for controls, auxiliaries, components, lighting, drives, etc., as required by the equipment design. Motors of less than 1/2 HP in size may be 120 volt single phase. 5.2. Electrical components shall conform to the latest standards and revisions of all four of the following: NEMA, UL, ANSI, and NEC; and all electrical components shall be UL approved. For foreign built equipment, any comparable approval (so long as it is nationally recognized in the country of origin as being equivalent to the UL label) will be acceptable. 6.0. SAFETY 6.1. All motion hazards associated with the equipment which may cause injury to persons shall be guarded in accordance with American National Standards Institute B65.1-1995, Safety Standard for printing presses. It shall furthermore meet the following: OSHA Subpart O, Machinery and Machine Guarding, paragraphs 1910.201, 1910.212, 1910.216, and 1910.219. 6.2. The equipment shall comply with all applicable requirements of the Occupational Safety and Health Act of the latest revision. 6.3. Combined noise level of the device and associated components shall not exceed 90 dBA at operator's position during normal operation. 6.4. The following safety problems will be considered sufficient cause to reject a piece of equipment: Exposed gearing or rotating machinery, unguarded nip points, unguarded sharp edges or blades, and tripping hazards. 7.0. MANUALS On or before the delivery date, three copies of the Manuals and Drawings unless otherwise defined,shall be provided to the GPO COTR(printed in English language). This includes but is not limited to the following: 7.1. Full operator instruction manual to cover entire machine and accessories. 7.2. Complete electrical and electronics wiring and schematics diagrams suitable for GPO in-house electricians/electronic technicians to troubleshoot any problem. This electrical/electronic information shall be sufficient to allow troubleshooting down to the "board" level. 7.3. Troubleshooting manual for mechanical and electrical maintenance. 7.4. A complete set of parts' lists which shall include the name of the part and number as well as a part description that shall accurately define the part and a reference guide or diagram showing where each part is located. All nonproprietary items shall be identified by their original manufacturer's model, size, etc. 7.5. A recommended spares list with breakdown of parts and prices good for 120 days shall be provided. 7.6. Lubrication diagram and schedule. 8.0. INSTALLATION DRAWINGS Installation requirements shall be provided to GPO at least 20 days prior to delivery. This will include a set of drawings with complete dimensions of the machine and required electrical service. The contract shall submit to the COTR, scale drawings ¼ inch equal 1-foot scale. These drawings shall also be delivered at GPO at least 20 days prior to the delivery of the equipment. The installation drawing shall contain the followings: 8.1. The drawings shall specify all of the electrical connection points, where the dedicated lines are needed, with power requirements on each point. 8.2. The drawings shall specify all of the compressed air connection points on the machine and the air consumption on each point. 8.3. If the vacuum or blower lines need to be connected between the machine and the pumps, the locations of the connection points of vacuum/blower lines on the machine shall be clearly specified on the drawings. 8.4. The drawings shall include the dimensions of the machine and the recommended space around the machine to ensure the proper operation of the machine. 9.0. SPECIALIZED EQUIPMENT Any specialized electronic equipment necessary for the initial setup and the diagnosis of control/electronic functions and problems shall be furnished to the COTR for future adjustment by in-house technicians. One example would be a pocket programmer for changing or correcting the program of a programmable controller. On screen diagnostic messages, if any, shall be in English. Any specialized equipment necessary under this clause shall be included in the lump sum price. 10.0. CIRCUIT BOARDS The contractor shall furnish a listing of every printed circuit board on the entire machine that is of the pullout type (not mother boards). Also include all special tools, as recommended by the manufacturer for an efficient operation. These tools shall be delivered along with the equipment. 11.0. COMPRESSED AIR Plant compressed air system available for this machine is 90 PSIG. If higher pressures are needed, the contractor shall provide a suitable air compressor. For lower pressures, the contractor shall provide suitable pressure reducing valves, filter, water separator, and oilers. The contractor shall state the SCFM consumption of compressed air of this machine. All vacuum and blower requirements shall be specified and provided by with the contractor's furnished equipment. 12.0. TECHNICIAN FOR INSTALLATION/TRAINING The installation and training must be accomplished within the time schedule specified in this section. A fter the contractor delivers and moves the equipments into the specified location the contractor shall fully assemble the equipment. 12.1. GPO will connect the electricity and compressed air from the building to the machine. All other connections shall be performed by the contractor. 12.2. The technician/instructor shall report for duty at the site within five (5) working days after receiving a call authorizing the start of the installation from the COTR. 12.3. The contractor shall supply the services of a technician to set up, check out, demonstrate operation, and train GPO operators and maintenance technicians. Training shall include 12 hours of instructions at GPO's plant for operators and maintenance personnel. All cost of the technician/instructor shall be included in the contract price. 13.0. PARKING The Government shall not be obligated to furnish parking space for vendor's employees. However, if lot space is available and vendor requests (and receives, from the Contracting Officer) permission to park on Government property, it shall be paid by the contractor. The fee shall be paid in advance, and shall be equal to the rate established for all employees of GPO. Currently, the GPO charges $5.00 per day for each car. 14.0. INSPECTION AND ACCEPTANCE 14.1. After installation, GPO will perform initial acceptance tests of all specified features using GPO personnel. The test is to show that the machine can produce an acceptable product at the specified sustained production rate. This test will consist of running the material handling system at 60FPM for 8 hours. This testing shall be accomplished using the cartons supplied by GPO. Even though the contractor shall not be responsible for defects coming from the equipment which are not installed by the contractor, the contractor is fully responsible for the failed test coming from the lack of compatibility between the new conveyors and the existing equipments. 14.2. When the punch lists exist, the contractor shall correct them within 5 working days after it receives the notice from COTR. Those corrected items shall then be retested and confirmed as having been approved and accepted. In the event of continued failures, GPO will give notice to the vendor, requiring him to make all preparations necessary for one final demonstration, proving that his equipment is capable of performance as specified; such demonstration will be scheduled within 2 days of the notice. Failure during this final demonstration may be cause GPO terminate the contract for default. 14.3. In the absence of any punch list, the performance test shall automatically be considered as satisfactory and the COTR will then establish the start of the 30 day trial period. 14.4. After the initial tests have been completed, a 30-day acceptance period shall begin. Any time the machine is down and not available for GPO's use during this time, the 30 day trail period will begin again. 14.5. After successful completion of the system running for 30-days consecutively, a one year warranty period shall begin. 14.6. All material for the initial performance test (and for the first retest, if any) shall be furnished by the GPO. The vendor shall be solely responsible for all materials beyond the first retest. 14.7. The contractor shall be completely responsible for all equipment and machinery from its inception through satisfactory completion of the performance test. Government personnel (engineers, technicians, mechanics, and operators) shall be fully instructed in the proper use, operation and maintenance of the equipment, but shall not operate any of it prior to the acceptance period except under supervision of the contractor. 15.0. DELIVERY 15.1 The equipments shall be delivered not later than 30 days after receipt of purchase order to: U.S. Government Printing Office 44 H. Street, NW Washington, DC 20401 Attn: Loading Dock, Room C-170 15.2 If an earlier delivery schedule is offered, GPO reserves the right to delay acceptance but will comply with the schedule offered by the contractor. If the contactor does not offer a delivery schedule of his own, the required schedule stated above shall apply. Proposed delivery times longer or later than the required delivery will be considered non-responsive and will be rejected. 15.3 The machine will be suitably packaged and protected against weather for shipment. If shipment is made overseas, additional protection shall be provided to guard against rusting, particularly in association with condensation under plastic film coverings, all unpainted parts shall be coated with grease or other type of protection. 15.4. This equipment and supplies shall be packaged and packed in accordance with the best commercial practice to ensure proper delivery. 15.5. Because the equipments should be moved using the elevator, the uncrated machine components shall not exceed the following dimensions: Height = 7'-6" Width = 7'-6" Length = 11'-0" Weight = 15,000 lbs. 15.6. A11 shipments must be identified by placing the Purchase Order Number on the outside of the package or on the shipping slip. 16.0. EVALUATION 16.1. Basis for Award Award will be made to the offeror who proposes the lowest priced, technically acceptable offeror, price and price related factors considered. Award may also be made without discussions, therefore, offerors are encouraged to proposed their best offer in their initial proposals. 16.2 Evaluation Factors: Factors listed are equally weighted. Technical: The offeror's proposal shall be evaluated to determine the contractor's competence in technical, managerial, financial and similar areas related to the offeror's ability to perform. To be considered qualified, offerors shall demonstrate that they fully understand all the requirements, and that they have adequate facilities (material, equipment, personnel and experience of the proper kind and in sufficient amount) to meet those requirements. The offeror may be required to provide additional information. However, such request for information shall not imply or guarantee award or in any way obligate the Government. Past Performance : The offeror shall provide five (5) recent, relative, references for same or similar services required under this RFQ. Provide a contact name, address, phone number and/or email address. The Government will evaluate the extent that the offeror's past and present performance in providing similar services to other customers demonstrates a commitment to quality through the consistent provision of highly reliable and responsive services. The GPO will verify offeror representations. Further, the Government will assess the relative performance risks associated with an offeror through the evaluation of their past performance record. Performance risks are those risks associated with an offeror's likelihood of successful completion of the required project. When assessing the past performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as technical performance, cost control, and delivery schedules. Cost: Proposed cost will be evaluated to determine whether or not the proposed prices are determined to be fair, reasonable, and realistic.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GPO/PSPSD/WashingtonDC/GPO09-7677/listing.html)
- Place of Performance
- Address: 732 North Capitol Street, N.W., Washington, District of Columbia, 20401, United States
- Zip Code: 20401
- Zip Code: 20401
- Record
- SN01948822-W 20090912/090911000244-abad88e0a63d60a886a15029af31f726 (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 |