Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2019 FBO #6357
SOURCES SOUGHT

39 -- RETORQUER MACHINES

Notice Date
4/18/2019
 
Notice Type
Synopsis
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO 15 Contracting Ofc - CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5012
 
ZIP Code
66048-5012
 
Solicitation Number
36C77019Q0434
 
Response Due
5/17/2019
 
Archive Date
6/16/2019
 
Point of Contact
Jeffrey Crysler
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT DESCRIPTION This is a Request for Information/Sources Sought announcement only. It is not a solicitation announcement. Requests for a solicitation will not receive a response. The purpose of this sources sought announcement is to request responses from qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) interested and capable of providing: four new retorquers and installation of three retorquers on the production line that have Quality Check measures that will reject and report on cap tightness for every vial that gets a cap (pharmaceutical pill bottle.) The Department of Veterans Affairs Consolidated Mail Outpatient Pharmacy (CMOP) located in Tucson, AZ is seeking information on the following project: Pharmaceutical Bottle Retourquer. This project will be used to tighten down new caps after they pass through an induction sealer to a specific inch/lbs of torque and will require conveyor line modification to fit new retorquers. This project is intended to include all conveyors, connection to power outlets, photo eyes, RFID Readers, drives, diverts and braking systems if applicable in order to accomplish the objectives. The project is also intended to develop and implement programming logic and code, to include associated software integration, to accommodate all changes to the production line for these additions and modifications. This scope will include the development and implementation of logic and code to run conveyor motors with motor controls, divert functions, stress relief holdbacks, and RFID functions. The intent of this project is to ensure the new system meets all functionality of the existing Tablet Capsule Automation line where caps are applied, heat sealed, and then successfully retorqued without damage to bottle or seal with appropriate torque applied. The North American Classification System (NAICS) code for this acquisition is 333993. This Sources Sought Notice is part of market research and will be used to make appropriate acquisition decisions including whether the procurement warrants a set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), or Small Business (SB). DESCRIPTION OF SERVICES Contractor shall furnish all labor, materials and equipment to purchase, install, develop, and implement new programming logic and code for additional conveyor system and retorquers, to include associated motors and motor controls, connection to power to run systems and move existing systems (see Objectives), programming for new system. The contractor will meet Objectives 1 and 2 laid out below. Work will also require modifications on existing conveyor line to include but not limited to PLC and software code from the existing capping lanes. Contractor shall supply all equipment, materials, training, parts and follow up service for equipment. Contractor shall also test and confirm all affected systems are functioning correctly; All PLC and software code will be checked out, changes will be documented, turned over and become property of the government upon completion to include providing the legacy data and code and checked back into the system. Contractor will provide training to government personnel on the new programming logic and code and functionality of system. All equipment, installation materials and workmanship shall meet all current OSHA, NFPA and NEC codes and standards and all State and local codes as required. OBJECTIVES 1. Retorquer Specifications a. Bellatrx Secure Chuck Torquer with HMI or the like b. Chuck design which connect with caps in 360 degree configuration c. Servo torque input to control amount of torque applied d. Straingauge torque transducer calibrated to provide torque monitoring of 100% of applied caps with low torque and high torque monitoring and reject capability i. Must be integrated into existing system software with RFID reader to read all pucks and tie into databases ii. System data that must be correlated and added to are the puck number, prescription number, date and time, along with torque applied number or pass/fail creating its own table with this data e. Applying 15 inch lbs torque ± 1 inch lbs consistently f. Ability to torque containers with no clamping on puck or puck insert as not to cause damage to the label g. Must be able to retorque at a rate of 80 bottles per minute h. Apply neck clamping to the bottle to ensure bottle does not rotate and applied torque is transferred correctly to the cap i. This operation should ensure that labels are not ripped or torn i. Handle 120cc and 250cc bottles in differing pucks with no changeover j. Machine stand mounted on single side stand with conveyor k. HMI to point away from conveyor for ease of reading i. HMI must include ability to lock screen l. Small footprint requires minimal space on packaging line and ability to quick swap with standby unit 2. Conveyor and Power Requirements a. New Flexlink (or the like) conveyor that is adaptable to existing conveyor installed in locations specified in pictures below i. Variable speed required ii. 4-1/2 conveyor chain (Black or dark grey) width with guiderails iii. Stainless Steel construction and will work with existing conveyor height iv. Passive transfer from and to existing conveyor line v. Develop and implement PLC code to facilitate Production System start/stop to include emergency stop of conveyor motors and to support divert and holdback functions for each station added vi. Must include all photoeyes, diverts and holdbacks that tie into existing PLC vii. Develop and integrate C++ programming code in order to enable all changes and additions to the system to function correctly b. New 460V (3 ea) connections will be required for new conveyor motors/drive units with disconnects c. 110/120V power for existing capper will be relocated to new location on West TCA d. 208/220V will be relocated for the sealer relocation on West TCA e. A new 110/120V connection will be provided to all three locations of the new retorquers, one for the mechanical clutch and one for the servo clutch for each torquer. RESPONSE Respondents to the sources sought notice must provide documentation of technical expertise in this field by providing sufficient details of completed similar projects for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) number of employees as defined by the Federal Acquisition Regulation (FAR) part 19.102. DISCLAIMER Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions and develop potential procurement strategy. This RFI/Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. The government is not obligated to issue a solicitation. All information received in response to this RFI/Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI/Sources Sought. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov).    Additionally, all SDVOSB or VOSB who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vetbiz.gov.  All interested offerors should submit information by email to jeffrey.crysler@va.gov or ground carrier to: Department of Veterans Affairs, NCO 15 CMOP, 3450 S. 4th Street Trafficway, Leavenworth KS 66048.    All information submissions to be marked Attn: Jeffrey Crysler and should be received no later than 4:00 PM CT on May 17th, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/d0f63d61027961e532f30386efb309d9)
 
Record
SN05285857-F 20190420/190418230030 (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.