SOLICITATION NOTICE
J -- Safety Upgrade for Five Mini-Load Storage and Retrieval Machines - Solicitation
- Notice Date
- 8/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
- ZIP Code
- 18466-5107
- Solicitation Number
- W25G1V5194019I__15T0326
- Archive Date
- 9/19/2015
- Point of Contact
- John E Thomas, Phone: 5706159720
- E-Mail Address
-
john.e.thomas.civ@mail.mil
(john.e.thomas.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Quotation - 15T0326 Statement of Work for Safety Upgrades for Five (5) Mini-Load Storage and Retrieval Machines I. SCOPE Provide the required supervision, personnel, tooling, parts and equipment to install safety upgrades on five (5) HK Systems automated storage and retrieval machines (SRMs) in Tobyhanna Army Depot's (TYAD's) Mini-Load Storage Area. The mini-load system was originally purchased and installed in 1984-85; however, upgrades and modifications have been performed throughout the years to the point where any contractor who is developing a proposal should not assume that any component of the system is "as built" by the original manufacturer, H&K. The safety upgrades shall include but not be limited to the following tasks as a minimum: A. Provide and install "rail grabbers" on the front and rear of each of the five (5) SRMs to prevent SRM from lifting off the rail. Installation of rail grabbers shall also include grinding of weld joints of rails to accommodate rail grabbers and cutting off of rail anchor bolts as needed to prevent interference with rail grabbers. B. Provide and install rail detection sensors on the front and rear of each of the SRMs to sense if SRM is lifting off rail. Installation of the rail detection sensors shall include but not be limited to the installation of the necessary relays and wiring to connect sensors to the existing safety circuit such that power is immediately eliminated to the horizontal drive and motor when the safety circuit is activated. C. Determine if horizontal drives can be tuned to reduce the torque applied to drive the SRM without negatively impacting SRM performance. If drives can be tuned without negatively impacting performance, drives shall be tuned. Tobyhanna Army Depot (TYAD) cannot shutdown the mini-load storage and retrieval operation for any significant amount of time: therefore, only one storage and retrieval machine shall be able to be shut down at a time and vendor shall work to minimize overall equipment downtime. All work shall be performed during normal business hours, Monday through Friday, 7:30 AM - 4:00 PM., unless coordinated with depot point of contact. Except for Federal Holidays or days that TYAD is closed for any purpose. II. WARRANTY The work accomplished under this specification shall be warranted for a period of 1 year from the date of final acceptance. Failures resulting from faulty parts not associated with or provided under this contract are not required to be covered by this warranty. GENERAL REQUIREMENTS GENERAL SAFETY The parts and accessories shall meet all requirements set forth in OSHA General Industry Standards 29 CFR 1910, dated 1 July 1996. In addition it shall meet or exceed the National Fire Protection Association (NFPA) requirements of NFPA 79-1994, "Electrical Standards for Industrial Machinery." All energy control sources shall have the capability of being locked out and tagged out. The contractor's manuals shall detail the lockout/tagout procedures which are required to bring the press to a zero mechanical state for maintenance or service procedures. Procedures to return from the zero mechanical state to full operational capability shall also be provided. ENVIRONMENTAL CONSIDERATIONS a.) Contractor shall supply information (MSDS) for any hazardous materials associated with the repair. b.) No Class I Ozone Depleting Substances (ODS) or other materials containing, or manufactured with Class I ODS, will be utilized at any time during the repair of the SRMs. GENERAL COMPLIANCE Installation of all electrical components shall comply with the National Electric Code and any OSHA CFR 1910 requirement. All components of the equipment as a result of the repair will be in compliance with any rules regarding the proper installation and operation of floor-guided automated storage and retrieval material handling systems. Contractor shall follow all TYAD safety and environmental rules and all other TYAD rules regarding proper conduct (see specific requirements below). III.. RESPONSIBILITIES A. Contractor The Contractor's responsibilities shall include but not be limited to the following: 1. Project Management & on-site supervision 2. Coordination with Tobyhanna Army Depot's (TYAD's) Point of Contact (POC) regarding the upgrade 3. On-site safety program 4. Provide submittals of parts and materials being installed 5. Provide binder of Material Safety Data Sheets on site for Right to Know policy 6. Provide a Project Schedule within 20 days of award via hard copy, email or electronic media 7. Provide for Quality Control for both material and workmanship 8. Erect/provide safety barriers and precautions around work area as needed 9. Provide necessary tools, equipment, labor and supervision to complete upgrades. 10. Neatness and organization of the work site, free of debris accumulation (daily) 11. Providing all required material handling equipment/lifting equipment to perform upgrades in a safe manner (government personnel or equipment shall not be used at any time to assist handling of any materials or parts or to access any component of the requiring upgrades). 12. The Contractor will disconnect and reconnect any utilities necessary to perform the specified upgrades. Contractor shall comply with lockout/tagout procedures as part of this responsibility. 13. The Contractor shall specify any special utility requirements not currently existing in the mini load area if necessary for the repair. B. Government Shall be responsible for: 1. Providing clear access to get parts, equipment and tools into and out of the mini-load area. 2. Identify a Point of Contact (POC) to serve as a single point of contact to coordinate contractor's efforts with depot operations and personnel. 3. Providing a 400 square-foot staging area for contractor's tools and equipment. 4. Provide support for resolution of any condition found outside of the scope of work to include the replacement of any faulty parts identified during the safety upgrades. IV. PERIOD OF PERFORMANCE/ INSTALLATION a.) TYAD's POC to be notified 15 day prior to commencement of on-site work. b.) All work and requirements in this SOW shall be completed no later than 90 days from the date of award V.. SUBMITTALS The government shall have 10 days to review and approve all submittals. Submittals provided to the COR (via hard copy, email, or electronic media) shall include: a.) Schedule of work (within 20 days of award) b.) Parts Warranty (one year or greater) c.) On-site safety program d.) List of repair parts and material being installed d.) Utilities required for the operation of contractor's equipment if other than standard requirements. e.) Utilities contractor plans to lockout/tagout (de-energize) to perform upgrades. f) Contractor Quality Assurance Plan (within 30 days after award) VI. Final Acceptance/ Payment Operational Acceptance Testing for the SRMs shall be performed following installation of the repair parts at Tobyhanna Army Depot. Acceptance Testing will consist verification by government Point of Contact (POC) or Contracting Officer Representative (COR) that rail grabbers do not rub on rails during normal SRM travel and that rail detection sensors activate safety circuits and stop SRM if either drive wheel or idler wheel leave the rail. (The contractor is not expected to lift or move the SRM from the rail to demonstrate functionality of rail detection sensors but a functionality must be demonstrated by some reasonable method. Acceptance testing shall also consist of the Contractor's technical representative demonstrating the retrieval, presentation at pick station and storage of a minimum of ten (10) random trays in the automatic mode taking location commands from the Warehouse Management System and return commands from the operator at the packing station for each SRM. Acceptance of the system will be final when the system operates in this mode without failure for a period of a half an hour without an error or failure for each of the five SRMs. SRMs shall operate as they did before repairs (or better) with smooth not jerky movements, smooth acceleration and deceleration motions. In the event that any of the SRMs fails the acceptance test or fail to comply with any other aspect of this specification, the Contractor shall correct any deficiencies within 15 working days of the acceptance test, at which time the SRM (s) will be retested for compliance. It shall be at the discretion of TYAD's Contracting Officer as to whether all, part, or none of the acceptance test procedure shall be performed again.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a022acea852ee2889263642753c7371)
- Place of Performance
- Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
- Zip Code: 18466
- Zip Code: 18466
- Record
- SN03837708-W 20150815/150813235734-6a022acea852ee2889263642753c7371 (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 |