Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2022 SAM #7594
SPECIAL NOTICE

99 -- Intent to Sole Source-SOUTHWEST SOLUTIONS GROUP, INC. UID: K7LUUQKYNVH3

Notice Date
9/13/2022 7:34:05 AM
 
Notice Type
Special Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
W6QM MICC-FT CARSON FORT CARSON CO 80913-5198 USA
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ22Q0037
 
Response Due
9/14/2022 9:00:00 AM
 
Point of Contact
Domenico Torello, Farah Surin
 
E-Mail Address
domenico.torello.mil@army.mil, farah.surin.mil@mail.mil
(domenico.torello.mil@army.mil, farah.surin.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � ****NOTICE OF INTENT TO SOLE SOURCE**** The Directorate of Contracting, Fort Carson, Colorado intends to award an unrestricted sole source, Firm-Fix Price Contract to Southwest Solutions Group, located at 7275 S. Revere Pkwy, Suite 801 Centennial, CO 80122 � DETAILED REQUIREMENTS/ (TWO Vertical Lift Modules) Pricing shall be provided for TWO units with the following specifications: Each vertical lift module must include: �� ? 96�W x 34�D trays �� ? Total qty of trays for both VLMs: 104 ����������������� � 99 light duty trays @ 507 lbs capacity ����������������� � 5 heavy duty trays @ 1,080 lbs capacity ����������������� � Trays to be interchangeable between VLMs �� ? 1,207 sq ft of usable storage area per VLM � Vertical Lift Modules shall feature TIC (transaction information center) bars with Pick To Light technology. When integrated with the software package, Pick to Light technology will guide the VLM users to specific locations when a tray is delivered, greatly increasing pick rates and accuracy. � Vertical Lift Modules shall include a confirmation bar spanning the width of the access opening. This allows the users to confirm picks automatically from the VLM in a single step. � The VLMs shall be 19�6.25� in height � Vertical Lifts must be of Ergonomic Design � All units must be modular construction built up from the inside to allow for future relocation and height modifications if needed � All components carry a minimum 2 year warranty, including transportation, parts and labor. � The extractor shall be driven by a steel belted tooth drive system with 6 points of contact (for durability and proper alignment/guidance of the extractor). The steel belted tooth drive system must meet a minimum of 10:1 safety factor. The extractor�s design shall eliminate tilting/skewing of shelves/containers during movement. The drive belt is required for noise reduction and multiple points of fully � The vertical lift must be equipped with a central extractor guidance system with a minimum of 10 rollers. � An operator station shall be provided that is easy to use, to store/retrieve stored parts. This can be a pendant or other easy to use keyboard/operator station. The system shall have soft starts and stops. The operator work surface height shall be approximately 33 inches, with a maximum media storage height of approximately 28 inches. The storage unit must have an ergonomic tray delivery height selection from the operator console. � Vertical Lift must deliver multiple trays to access opening to improving picking performance and productivity. � Shelf spacing must be adjustable on approximate 1� increments to allow for maximum use of vertical space. � The VLM shall have the ability to store any combination of light duty, medium duty, plus heavy duty trays. � Trays must be interchangeable with existing or future VLM�s. � Self-monitoring full height LVS light curtain shall be installed at the operator access opening. This shall provide safety features that protect the operator from injury when a shelf/container is moving. This feature shall stop the shelf/container from moving, when an operator�s hand/arm is in danger of injury. Other safety features shall have redundant systems, and fail-safe overrides to ensure continuous operation and minimum system down time. � Vertical Lift must have energy saving standby mode which switches all electrical consumers into �sleep� mode when not being used. � Vertical Lift operator will be informed if a predefined overload is reached � early warning. If this limit is exceeded; the device will be positioned onto the next possible shelf � switch-off. � Vertical Lift trays are held in the access opening by means of the extractor chain finger system. The finger hold system locks the tray in the workstation so that it does not move during product loading or unloading � The contactor must ensure the equipment complies with DIN EN 15095 �Power-operated mobile racking and shelving, carousels and storage lifts� and has been tested and certified by T�V (Technical Observation & Control), a USA NRTL and a Canadian CB. � Factory must be certified ISO 9001. � Manufacturer must be certified ISO 14001. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS This is a sole source procurement under Soliciting Competition FAR 13.106-1(b)(1). The proposed contract action is Vertical Lift Modules for which the Government intends to solicit or negotiate with only one source. The North American Industry Classification System (NAICS) Code is 333922. This notice is not a request for competitive quotes, however; any vendor that believes it can meet the requirements may give written notification to the Contract Specialist within 2 days from the date of the publication of this synopsis. Supporting evidence must be furnished in SUFFICIENT detail to demonstrate the ability to comply with the requirements listed above. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion for the Government. If no responses are received, the Government will proceed with the sole source negotiation. Responses are due 14 September 2022 10:00 MST. Responses shall be submitted via e-mail to domenico.torello.mil@army.mil. Telephone requests or inquiries will NOT be accepted. Attached: 1.SOW 2.J&A 3. Intend Sole Souce Notice W911RZ22Q0037
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c3d16886ca804e89b95b60c8637f413a/view)
 
Place of Performance
Address: Colorado Springs, CO 80913, USA
Zip Code: 80913
Country: USA
 
Record
SN06462880-F 20220915/220913230127 (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.