DOCUMENT
36 -- Furnish and Install 1 (ea) medium production folder cross cross folder with large piece stacker machine. Folder Cross Folder shall be capable of meeting ironer production requirements. - Attachment
- Notice Date
- 2/3/2011
- Notice Type
- Attachment
- NAICS
- 333312
— Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
- Contracting Office
- VISN 2 NCA (2-90);CONTRACTING OFFICER;Department of Veterans Affairs Syracuse;1304 BUCKLEY RD., SUITE C101;Syracuse NY 13210
- ZIP Code
- 13210
- Solicitation Number
- VA52811RP0105
- Response Due
- 2/14/2011
- Archive Date
- 4/15/2011
- Point of Contact
- STEVEN S. TOMPKINS
- E-Mail Address
-
NCA
- Small Business Set-Aside
- N/A
- Description
- SCHEDULE OF SUPPLIES/SERVICES and PRICES/COSTS ITEM #1 MEDIUM PRODUCTION FOLDER CROSS FOLDER With LARGE PIECE STACKER MACHINE: Furnish and install 1 (ea) - medium production folder cross folder with large piece stacker machine. Folder Cross Folder shall be capable of meeting ironer production requirements. Less Trade-in allowance "AS IS - WHERE IS" condition. 1 - Each - Braun Folder Cross Folder Machine - Model - 2PF3CF/B-130 Removal of trade-in shall be the contractor's responsibility. Number of days after award when trade-in equipment will be removed Trade-in Allowance $______________ SHIP TO: Western New York Healthcare System, Logistics (90) VA Medical Center 3495 Bailey Avenue Buffalo, NY 14215 ITEM #2 TRAINING MATERIALS AND VIDEOS: Contractor shall submit 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. 2 Sets $______________ STATEMENT OF WORK / STANDARDS OF PERFORMANCE The 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 and installation of new laundry equipment at the Buffalo, VA Medical Center (VAMC) 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 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, hydraulic etc. If necessary, relief valves shall be installed for lock-out / tag-out procedures. 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: Washer 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. 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. SCOPE OF CONTRACT/SPECIAL REQUIREMENTS TECHNICAL/PERFORMANCE SPECIFICATIONS ITEM 1 - Medium Production Folder Cross Folder with Large Piece Stacker Conveyor: Furnish and install 1 (ea) - Two lane primary and three cross fold combination folder-cross-folder. Folder shall be an integral unit equipped with a conveyor feed and capable of meeting ironer production requirements. 1.Combination folder-cross folder, Two-lane. 2.Two-lane folder cross folder shall be capable of receiving small pieces from the flatwork ironer. 3.Electrical characteristics - 208 volts, 3 phase, 60 cycles. 4.Folding machine shall be installed, leveled and have a leveling device installed on the machine. 5.Folding machine, stacker and conveyor shall be equipped with four (4) lockable casters. 6.Folding machine and conveyor shall be electrically interlocked to the ironing system. 7.Each lane shall be equipped with a counter to determine the number of small pieces folded. 8Each folder shall be equipped with quality grading controls for rips, tears and stains and shall work in conjunction with the spreader feeder machine. 9.The folding machine and stacker shall be equipped with emergency stop buttons (colored RED)and inter-locked with the entire ironing system and when activated shall render the entire ironing system (spreader feeder. ironer, folder cross-folder and stacker) inoperable. The folding machine and stacker shall also be equipped with a normal stop button colored Red. 10.Folder shall have reverse jog capability. 11.The 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 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. 12.The folder cross-folder shall be equipped with trouble shooting for use in case of a component failure. 13.The folder cross-folder shall be equipped with a totalizing digital display counter on each of the folding lanes. 14.The folder cross folder shall operate compatibly with the flatwork ironer operating at a minimum speed range from 30 feet per minute to 180 feet per minute. 15.The stacker conveyor shall operate as an integral part of the folder cross-folder. 16.The stacker conveyor shall maintain the quality of the folded items during the stacking process. 17.The stacker conveyor shall be capable of receiving folded flatwork from the folder cross-folder and drop release the flatwork into precise stack by using a combination centering conveyor. 18.The stacker shall be microprocessor controlled. 19.The stacker conveyor shall operate with a predetermined stack count of up to 20 large piece flatwork items and shall automatically transport in increments providing space for the next stack. 20.The stacker conveyor shall have lockable casters and be of the modular concept so that it can simply be plugged into the folder cross-folder for utility connections by using quick disconnects. 21.Electrical characteristics - 208 volts, 3 phase, 60 cycles. 22.Safety micro switches shall be installed on all doors of the folder cross folder and stacker so that when a door is opened, the machine shuts down. 23.An hour meter shall be installed on the spreader feeder machine to show the actual run time of the spreader feeder machine for maintenance. 24.All electrical and operational switches/buttons shall be labeled. All labeling shall be on laminated plastic nameplates. Nameplates shall be laminated phenolic with a colored surface and white core. General Installation Requirements: (As applicable) 1.Existing utilities shall be utilized to meet the performance requirements of this specification. Connection points for the new equipment shall be within ten (10) feet of existing equipment. 2.Should additional utilities be required, these utilities shall be the responsibility of the successful bidder. Utilities are electric, gas, water, steam and air. 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 to the building 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 pipes and ductwork shall be insulated. All conduits, air pipes and vents shall be painted. 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 pipes, vents, ductwork and airlines to equipment shall be appropriately marked with a minimum of two (2) inch letters. Spray-painting stencils is not acceptable. Air PipingSafety White Hot Water PipingDark Brown Tempered Water PipingTan Reuse WaterSafety Purple Soft WaterDark Gray Vent pipeFlat Black Drain LineFlat Black Domestic waterGreen High Pressure SteamBright Yellow Medium Pressure SteamMedium Yellow Fire Suppression PipingBright Red All conduits To match wall and ceiling colors Background & legend colors shall be in accordance with latest ANSI specifications. 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: Furnish and install valve tags on all air, steam and water valves on equipment and connection points of the washer. 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 two (2) valve lists on typed plastic coated cards, sized 8-1/2 inch X 11 inch showing tag number, valve type, valve function and location area of valve for each service or system to the designated COTR and inspectors. p.Steam Trap Tags: Furnish and install all 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. q.Contractor shall provide two (2) steam trap lists on typed plastic coated cards, sized 8-1/2 inch X 11 inch showing tag number, manufacturer, function and area of control for each service or system, to the designated COTR and inspectors. r.Equipment, motors, piping, vent/ductwork and any other components or materials shall be protected against physical damage from carts by guardrails. s.Damaged equipment frame, doors, panels, cylinder, cylinder panels, control box etc. shall be placed in operating condition or returned to source of supply for repair or replacement, as determined by the inspectors or contracting officer. 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 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 shall be on the outside of all insulation and PVC coverings. 5.Pipe escutcheons will be used for all pipe penetrations through walls, floors and ceilings. 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): A.ALL 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. Calendar dates and hours of site visits, 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, Buffalo, NY. Please contact Mr. Jack Pijanowski, Industrial Equipment Mechanic, (716)-862-6796 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, Buffalo, New York. The VA Medical Center, Buffalo, New York 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 Central Office (VACO), 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. EVALUATION - COMMERCIAL ITEMS (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 offers 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. TIME OF DELIVERY Delivery shall be made within 14 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. 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 preferred. Installation site will be available for work to be performed under the contract from 12 Noon Friday to 6:00 a.m. Monday, local time, excluding Federal Holidays. 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. SERVICE (a) Service during the guarantee period shall be provided within 24 hours of notice from the Chief, Acquisition and Materiel Management Service or his/her designated 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 technician 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 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52811RP0105/listing.html)
- Document(s)
- Attachment
- File Name: VA-528-11-RP-0105 VA-528-11-RP-0105_3.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=174489&FileName=VA-528-11-RP-0105-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=174489&FileName=VA-528-11-RP-0105-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-528-11-RP-0105 VA-528-11-RP-0105_3.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=174489&FileName=VA-528-11-RP-0105-000.doc)
- Place of Performance
- Address: Buffalo VA Medical Center;Logistics;3495 Bailey Ave;Buffalo, NY
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN02372464-W 20110205/110203234401-72b2a20131e422cefa2e3309f194a734 (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 |