Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOLICITATION NOTICE

71 -- High Density Shelving

Notice Date
4/23/2012
 
Notice Type
Presolicitation
 
Contracting Office
302 E 1860 South, Provo, UT 84606
 
ZIP Code
84606
 
Solicitation Number
R12PS49043-01
 
Response Due
5/2/2012
 
Archive Date
10/29/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number R12PS49043-01. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 337702. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-05-02 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Provo, UT 84606 The Bureau of Reclamation requires the following items, Meet or Exceed, to the following: LI 001, Site 1: Hand Crank Mechanical Mobile High Density Shelving. Dimensions 7'10" High x 18' Wide x 13' Deep. (18' wide will be oriented East/West, and 13' Deep will be oriented North/South) 8 horizontal shelf levels. 3 verticle dividers per shelf. Aisles must open to a width of 48". Entire System must lock down and be secured under "lock and key." This will be accomplished with a hinged door system, or similar, to be place on the outside of the eastern most carriage, so no access is allowed when locked and secured. System will be used for paper file storage. For Performance specifications please see Buy Terms. Carriage must meet seismic requirments for the State of Utah. 3 handle crank. Face panels must be sound absorbing and have a chip resistant edge. Self edged face panels will not be acceptable due to ease of chipping. Must be ADA compliant. Must have both passive and active safety features to protect people and objects in open aisles. Mechanical safety sweep must be one of the safety features. (Note: Buy Term Mechanical Safety Sweep Requirements), 1, EA; LI 002, Site 1: Removal of existing carousel shelving system. (Note: Pleas see Buy Term Removal of Existing Shelving Units), 1, EA; LI 003, Site 1: Freight and inside delivery (Note: Please see Buy Term Possiblity of Separate Delivery Dates), 1, EA; LI 004, Site 1: Installation (Note: Please see Buy Term Special Installation Instructions), 1, EA; LI 005, Site 1: Removal of all packaging material, 1, EA; LI 006, Site 2: Hand Crank Mechanical Mobile High Density Shelving. Dimensions 6'10" High x 14' Wide x 14' Deep. 7 horizontal shelf levels. 3 verticle dividers per shelf. Aisles must open to a width of 48". Entire System must lock down and be secured under "lock and key." This will be accomplished with a hinged door system, or similar, to be place on outside of western most carriage, so no access is allowed when locked and secured. Also, a steel "Barrier Wall," or similar, will need to be installed on the backside of the eastern most carriage. There is a 60" tall soft wall that this unit will be butted up against and the barrier wall will be needed to secure the unit. System will be used for paper file storage. For Performance specifications please see Buy Terms. Carriatge must meet seismic requirments for the State of Utah. 3 handle crank. Face panels must be sound absorbing and have a chip resistant edge. Self edged face panels will not be acceptable due to ease of chipping. Must be ADA compliant. Must have both passive and active safety features to protect people and objects in open aisles. Mechanical safety sweep must be one of the safety features. (Note: Pleas see Buy Term Mechanical Safety Sweep Requirements), 1, EA; LI 007, Site 2: Removal of Existing Carousel Shelving System. (Note: Buy Term Removal of Existing Shelving Units), 1, EA; LI 008, Site 2: Freight and inside delivery (Note: Buy Term Possiblilty of Separate Delivery Dates), 1, EA; LI 009, Site 2: Installation (Note: Buy Term Special Installation Instructions), 1, EA; LI 010, Site 2: Removal of all packaging material, 1, EA; LI 011, Warranty. Please indicate condidtions of Warranty., 1, EA; LI 012, Vendor must state preferenceof delivery for Site 1 and Site 2 on same date, or different date., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Reclamation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Reclamation is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. If CCR registration expires before final payment is made, vendor is solely responsible to update. No partial bids/shipments are permitted unless specifically authorized at the time of award. A complete offer is defined by an vendor addressing each line items and identifying to the best of their ability their offer to the terms contained within said line item. Any offer that is not complete will be considered non-responsive and will be eliminated from consideration immediately. Sellers must submit a drawing with performance specifications of their offered product. Vendor must submit performance specifications with offer. Performance specifications must include: Mechanical Safety Sweep specifications, Mechanical Assist Control Operation specifications, Raised Floor specifications, Standard Profile Carriage Specifications, Rail specifications. These must specifically address: "Carriage Foot" capacity, Indicate how much weight is moved by 1 lb. of starting effort, Number of inches moved per revolution of the handle, Number of turns required to open to 48" aisle, Shelving unit must be mounted to existing floor, due to seismic safety requirements. Existing floor is carpet covered concrete. No modifications will be allowed to building's subfloor. Vendor must be able to provide service assistance should the need arise within 24 hours after being notified of service issue by the Buyer. Vendor's manufacturer of choice must have a GSA contract and manufacturer must be classified as small business. All materials used must be from the same manufacturer to ensure proper compatibility. Vendor must have the capabilities to properly disassemble, remove, package and re-assemble existing vertical carousel units. Units will be removed from existing location and placed in warehouse/storage location that is onsite. Electrical disconnect of existing system MUST be provided by licenced electrician. Care must be taken to protect carpet for removal. Information on protecting carpet is listed in Buy Term Protection of Carpet During Inside Delivery. Total of seven units to be disassembled, removed, packaged and re-assembled at same address but different locations within building. Here after refered to as "Site 1" and "Site 2". At Site 1 there are four units to be removed. Three are Lektriever Series 80 (LK-S80). The last unit at Site 1 is only marked with plaque that reads: "Union Powerfiles Inc, Union, NJ." No other information on this unit is available. At Site 2 there are three units to be removed. These are Lektriever Series 80 (LK-S80). All existing units will be removed from existing location and placed in warehouse/storage location that is onsite. Electrical disconnect of existing systems MUST be provided by licenced electrician. Care must be taken to protect carpet during removal. Information on protecting carpet is listed in Buy Term Protection of Carpet During Inside Delivery. Disassembly and removal of Site 1 and Site 2 must be done appoximately one week apart. There is a loading dock available at delivery location and installation will be on ground floor. Delivery arrangements must be made through Mr. Aaron Auch at 801-234-9042, and must be made 24 hours in advance of delivery. Installation of two units must be done approximately one week apart. Arrangements for both installations must be made through Mr. Aaron Auch. This is due to limited storage space at location for files that currently reside within the current file systems. The two different high density shelving units may be delivered on the same day or approximately one week apart as per vendor's preference. Vendor must state delivery preference with offer. If vendor prefers delivery of both units be made on same day, Government will store unit for Site 2 until installation of that unit. Each installation must be done at same time as disassembly for each respective site. If done separate, unit for Site 1 must be delivered and installed first, with unit for Site 2 to follow approximately one week later. The size of the files to be stored on shelving units will be letter sized. New Shelving Unit Maximum Allowable Height: 7'5"; Sprinklers set in Ceiling: 18'6"; Number of Hard Walls: 2; Location of Hard Walls: South and West Walls; Number of Soft Walls: 0; Prefered Installation Orientation: North/South; Note: Site 1 and Site 2 are located in the same building. New Shelving Unit Maximum Allowable Height: 7'5";Springkler Height: 8'11"; Number of Hard Walls: 0; Number of Soft Walls: 2; Location of Soft Walls: North and East Walls; Height of Soft Walls: Appoximately 60"; Prefered Installation Orientation: North/South; Note: Site 1 and Site 2 are located in the same building. Care must be taken to protect carpet in building between loading dock and installation sites. This can be accomplished by pulling up carpet squares to be traveled on (approximate dimension 2'x2' each) during inside delivery and replacing them after installation of new shelving unit, or by laying plywood, with a thinckness no less than 1/2 inch, down on length of carpet. Every potential aisle shall be protected with a 3" high extruded aluminum safety sweep, hinged from the carriage using spring steel leaf springs, with the base edge maximum 3/4" from the floor. The carriage(s) shall stop when depressed at any location along the leading edge of the sweep surface. Activated safety sweep shall engage an impact-absorbing friction disk brake to protect occupants, stored media and the carriage system itself via a sheathed cable system comprised of aircraft-grade 3/64" stainless steel core cables housed inside lined conduit. Safety sweep shall have bright, red and white safety idenfification tape applied full length marking its location. Safety sweep shall run the full length of both sides of each moveable carriage for full aisle coverage. Mechanical safety sweep shall automatically reset to enable mobile system users to freely and safely back carriages away from aisle obstructions simply by reversing the direction of the rotating handle. Safety sweep shall be operational when the carriages are not moving. Should a sweep be activated in an open aisle, the carriage with the activated sweep will not close on that aisle. Safety sweep shall automatically reset if activated and then released when the carriages are not moving. Safety sweep shall require no electrical power or batteries to operate. Each moveable carriage shall be equipped with one ergonomically designed mechanical assist three spoke hub type operator that rotates with easy up or down user effor from any possible starting position of any moveable carrage. Each spoke shall have a rotating, soft-tough, thermoplastic hand grip ergonomically designed to fit the hand. The center of the mechanical assist operator shall be conveniently located 40" from the base, and in the center of the face panel, and the spokes shall rotate in a radius of not more than 8-1/2" from the center of the hub. All rotating hub and shaft surfaces in the mechanical assist operator shall ride on ball or roller bearings. The power transfer from the mechanical assist operator to the drive axle shall be through sprockets and a #35 roller chain which shall have an adjustable chain tensioner for easy adjustablility, and be accessible from the front of the face panel without its removal. The user's starting effort shall not exceed one pound to move a minimum of 4000 lbs. all elements of the drive system except the 3 spoke operator and its hub shall be concealed behind the face panel for safety. Each mechanical assist operator shall have positive on and off anti-roll safety lock with an easy to see visual indicator in the unlocked state, located on the operator hub. The entire assembley shall protrude a maximum of 3-1/2" from the finished surface of the face panel. Each hub operator shall have a keyed hub lock which locks the safety lock preventing carriage movement. Each hub operator shall have a torque limiter to prevent excessive force from being applied to the drive mechanism. Provide 3/4" underlayment grade plywood panels to raise finished floor to top of rail. Floor shall have integrated leveling screws maximum 16" on center and permanent floor anchors. Provide a ramp made of the same material at front of assembly. Carriages shall be minimum 750 lbs per linear carriage foot capacity, robotic and/or fixture unit welded, uniframe assemblies constructed of 12 ga. steel with main supporting structural face sections 5-3/4" high with two reinforcing flanges running the full length of the carriage. Main supporting structural face sections shall provide a 3/4" shelf mounting recess for positive shelving alignment and attachment. Wheel support sections shall be 12 ga. steel and shall be welded between the main support face sections, one per rail assembly. A minimum of two carriage face panel supports shall be provided for each face panel to fully support its weight and provide positive alignment. Carriage face sections shall provide a smooth clean appearance without any exposed assembly holes or protruding hardware. Carriage shall be powder coat painted from manufacturer's standard colors. Stationary platforms shall be of the same construction and height as the moveable carriages, and shall be anchored to the rails/floor. Rail system shall be 5/8" x 5/8" 1045 steel bar interlocking and welded into a powder coat finished base channel minimum 11 ga. 3-7/16" wide, 3/4" return anti-tip flanges. Rail assembly shall have welded leveling/anchor plates maximum 20" on center with leveling screw adjustability and be permanently anchored to the floor. Overall rail assembly profile shall be 7/8" high, plus grout. All rail splice joints shall have interlocking braces and splice plates which provide permanent horizontal and vertical rail alignment. Rail guidance gaps shall be maximum 5/8". All rail assemblies shall be fully grouted with a non-shrink hydraulic cement type grout with an 8,000 lbs. psi strength after curing. It is the Seller's responsiblity to monitor their own bids. If the Seller feels that their bid is inaccurate, it is the Seller's responsibility to make necessary changes. FedBid is a reverse auction website, and due to its nature the competition's bids might change. It is the responsibility of the Seller to make sure that their best bid is present in the marketplace in respect to the competition. This means monitor the Buy, especially as it draws to a close.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6644a9676a63d43a94b82aa334c585ff)
 
Place of Performance
Address: Provo, UT 84606
Zip Code: 84606-7317
 
Record
SN02729102-W 20120425/120423235622-6644a9676a63d43a94b82aa334c585ff (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.