Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2022 SAM #7533
SOLICITATION NOTICE

79 -- AUTONOMOUS FLOOR SCRUBBER

Notice Date
7/14/2022 3:03:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1288
 
Response Due
7/25/2022 10:00:00 AM
 
Archive Date
09/03/2022
 
Point of Contact
Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
 
E-Mail Address
ositadima.ndubizu@va.gov
(ositadima.ndubizu@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.a. Project Title: Autonomous Floor Scrubber 1.b. Description: VA San Diego Healthcare System is seeking a contractor to deliver 4 SC50 Liberty REV autonomous 20 REV Scrubbers with UV light kit. 1.c. Project Location: VA San Diego Healthcare System 1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26222Q1288. 1.e. Set Aside: This solicitation is issued as a Small Business set aside. 1.f. Applicable NAICS code: 333318, Other Commercial and Service Industry Machinery Manufacturing. 1.g. Small Business Size Standard: 1000 employees 1.h. Type of Contract: Firm Fixed Price 1.i. Request for Information (RFI) should be submitted via email no later than 10am PST Tuesday, July 19th, 2022 to ositadima.ndubizu@va.gov 2. Statement of Work 2.1. Objective. VA San Diego Healthcare System is seeking a contractor to deliver 4 SC50 Liberty REV autonomous 20 REV Scrubbers with UV light kit. 2.2. Scope. Machine needs to be an autonomous 20-inch three wheel battery powered stand on automatic scrubber with the ability to scrub and vacuum in one pass. Machine needs to be operational in both autonomous and manual cleaning modes Machine needs to offer two modes of autonomous cleaning: Copycat mode shall replicate exactly what the operator does in a single manual ride and play it back each tie thereafter. Machine shall replicate when/where the operator adjusts down pressure, vacuum power, solution flow and water Fill0In mode shall allow the operator to drive the perimeter of a room once and automatically calculate the most efficient route to scrub each inch of the area and avoid obstacles along the way each time thereafter. Machine needs to be certified to meet CSA (Canadian Standards Association) and ANSI (American National Standards Institute) autonomous safety standards: CSA/ANSI C22.2#336:2018 ED.1 UL 60335-1: 2016 ED.6 UL 60335-2-72: 2017 ED.1 CSA C22#60335-1: 2016 ED.2 CSA C22.2#60335-2-72:2017 ED.1 UVGI Ultraviolet germicidal irradiation for disinfecting while cleaning Machine needs to have a separate safety system independent of the mapping, obstacle system and path planning. It shall override autonomous system and can stop immediately if an unsafe event is detected. Shall have drop offs sensors to detect drop-offs like a loading dock, stairs, escalators, etc. Machine shall notify people around the machine of direction with turn signals. Machine needs to operate up to 5-6 hours autonomously on a single charge (floor type dependent) and up to 2.5 hours of uninterrupted cleaning between dump and refill. Machine needs to alert the operator as soon as it needs assistance or is ready for another task. Operator will receive an SMS message directly to their cell phone with all the details. Operator shall be able to subscribe and unsubscribe to this service as they choose with a simple text message. Machine needs to communicate via WiFi/4G/etc. with devices and other machines for maintenance, troubleshooting and data transmission for other purposes. Machine needs to operate autonomously with or without the lights on with no compromise to safety using infrared sensors and cameras to sense and detect position and obstacles. This allows for a reduction in facility costs by operating with less lights and HVAC systems running. Machine needs to be unaffected by harsh bright lights while operating autonomously Machine needs to be equipped with SC-50-UV light for disinfecting surfaces while scrubbing located on the back of the scrubber. Machine needs to operate autonomously at a speed of 2.35 mph. Machine needs to sense an obstacle up to 80 feet ahead on the cleaning path and automatically create a safe path around without stopping. When an obstacle is suddenly added to the cleaning path, the machine shall stop and determine a safe route around the obstacle. Customer needs to have full access to reports, updated daily, that tracks and details autonomous/manual run time, time of the day operation, and error messages Customer needs to have access to TrackClean which records operational data of your fleet and ensures transparency. TrackClean data includes machine working time, machine down time, time of day that each activity occurred, the geographic location of the machine 24/7, Machine ID, and as an option can include information about the operator through the Smart Key system. Customer needs to have access to the Site Assist app to provide the site manager with reel-time machine usage data and send notification if there are deviations in start time or performance. Needs to be a minimum of 8.2 degrees for transport mode, 4.5 degrees in manual mode, and 2.8 degrees in autonomous cleaning mode. Software updates needs to be provided free of charge and installed on the machine as soon as possible through the machines interface. Machine needs to have secure communication ensure by IT encryption standards to prohibit any unauthorized party to access machine data or machine directly. No physical driving possible through remote machine access or maleficent self-driving software updates. Machine needs to use a two-key system to enable supervisors to configure the machine to best fit their facility. Lock out certain features like double down pressure, higher flow rates to reduce damage and operating costs. Assign keys to individual users to see who has been operating the machines. Yellow Supervisor Key: Allows for creating new autonomous cleaning plans and deleting old ones. Can also configure the machine to exact parameters for the most efficient clean. Blue Operator Key: Can only play back an autonomous cleaning path, can t create new ones or delete old ones. The machine needs to be available in the following configuration: 20-inch Orbital for the scrub system shall be a dual random orbital scrubbing system that utilizes one 20 scrub pad. Each pad shall have two rotational speeds. The micro-orbit speed needs to be 2,250 in ¼ inch (.64) orbits, and it shall be no greater than 10 RPMS for floor finish removal. Using one 0.74 hp (550 Watt) brush drive motor shall be used to drive the pad driver, onboard detergent dispensing system, onboard battery charger with a removable pad holder. Machine can not exceed a sound pressure level of 63 dB A when measured in accordance with IEC 60704-1/ISO 11201 for operator safety, comfort and daytime cleaning of occupied spaces. The machine needs to have a quiet mode that further reduces the sound level to 60dB A in noise sensitive environments. Machine needs to have as standard an onboard detergent dispensing system (EcoFlex onboard detergent dispensing system) utilizing a 1.3-gallon refillable cartridge that allows the use of any manufacturers detergent, operates at all available flow rates, and allows the quick interchange of multiple detergent for varied cleaning applications. The system needs to be able to clean in four distinct modes to minimize costs, reduce labor, and ensure environmental sustainability. Chemical-free cleaning (zero detergent) Ultra-low detergent strength (weak detergent) Full Detergent strength (strong detergent) Burst of Power (60 second increase in detergent strength, brush pressure and solution flow) The onboard detergent system needs to be capable of accurately diluting detergents at the following ratios at any flow rate. 400:1, ¼ oz/gal, 0.25% 300:1, -oz/gal, 0.3% 256:1 ½ oz/gal 0.4% 200:1 oz/gal, 0.66% 150:1 oz/gal, 0.66% 128:1, 1 oz/gal, 0.8& 100:1 oz/gal 1% 64:1, 2 0z/gal, 1.5% 50:1, 2.5 oz/gal, 2% 32:1, 4 oz/gal, 3% Orbital machines need to come standard with a calibrated low solution flow rate setting (Smart Solution) that consistently and repeatably sets a low solution flow rate to increase the per tank run time or productivity per tank full thereby lowing detergent costs, labor costs and reducing environmental impact. REV ORBITAL Low flow rate: 0.11 GPM Medium flow rate: 0.16 GPM High flow rate: 0.23 GPM The machine needs to have a rotomolded solution tank with a minimum capacity of 15 gallons to provide the required level of productivity. The tank shall have both a front and rear fill port to increase productivity when filling. The solution tank output shall be filtered by an externally mounted filter than can be cleaned without reaching into a full solution tank with chemicals or dumping fresh chemical into the wastewater stream. The squeegee needs to have tool free front and rear blade replacement with no loose fasteners that can become lost, requiring replacement. The rear blade shall be held on with a simple stainless-steel strap and clamp that releases the blade, so it can be changed quickly and easily while working to ensure a safe and dry floor. The squeegee needs to have as a standard, premium abrasion and petroleum resistant polyurethane blades for long life and lower operating costs. The squeegee system needs to have an integrated kickstand that elevates the rear squeegee for double scrubbing applications. The machine needs to be equipped with 255 AH AGM maintenance free batteries for power Warranty- Needs to include 3 years full service is defined as 2 preventative maintenance visits per year and warranty related-parts, travel and labor. Customer must be required complete training upon delivery and install of the machine, provided by the vendor. Also include no freight charges including the training programing. 2.3. Performance Monitoring. The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. 2.4. Insurance Coverage The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, dated 04/26/2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.a. FAR 52.212-1, Instructions to Offerors Commercial Items 3.b. FAR 52.212-2, Evaluation -- Commercial Items 3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items 3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items 3.e. Supplemental Insurance Requirements 3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.h. FAR 52.233-2, Service of Protest 3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.j. VAAR 852.233-71, Alternative Protest Procedure 4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Monday July 25th, 2022 to ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet: 4.3.a. Vendor Information (Enclosure 1 filled out) with UEI no. 4.3.b. Acknowledgement of amendments 4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.3.d. Schedule of services 4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5c85a668869f4fa59ddb808999c10ef2/view)
 
Place of Performance
Address: VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN06389608-F 20220716/220714230125 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.