Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2023 SAM #8009
SOURCES SOUGHT

39 -- Automated Storage Kitting and Retrieval System (ASKARS)

Notice Date
10/30/2023 6:12:06 AM
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852024R0007
 
Response Due
11/28/2023 9:00:00 AM
 
Archive Date
12/13/2023
 
Point of Contact
Jessica Franceschini, Phone: 8145213878
 
E-Mail Address
jessica.d.franceschini.civ@us.navy.mil
(jessica.d.franceschini.civ@us.navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. ALL CAPABLE LARGE AND SMALL BUSINESSES THAT ARE INTERESTED ARE ENCOURAGED TO SEND IN A CAPABILITY PACKAGE. Response deadline: 28 November 2023 by 12:00 PM EST This Sources Sought RFI is hereby synopsized pursuant to FAR Subpart 5.2 and FAR Part 10 to ensure the pending solicitation enhances competition. This market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the competitive method of acquisition and issuance of a solicitation. Any resultant solicitation(s) will be released on SAM.gov. It is the responsibility of the potential offerors to monitor this website for additional information as the direct method of communication with the Government. A pre-solicitation notice will be issued pursuant to FAR Subpart 5.204, and the Government intends to issue a draft solicitation, if time allows. ELIGIBILITY & SIZE STANDARDS CLASSIFICATION: CLASSIFICATIONS Product Service Code (PSC) 3990 �Miscellaneous Materials Handling Equipment. North American Industry Classification System (NAICS) Code 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing Size standards in Millions of Dollars N/A Size standards in Number of Employees 1,250 Place of Performance Craven County, North Carolina USA; Cherry Point MCAS, North Carolina USA REQUIREMENT: Commander, Fleet Readiness Center East (FRC East) is seeking potential vendors for the replacement of Storage & Retrieval Machines (SRMs), Larger Item Stacker (LIS) and Special Large Item Stacker (SLIS), including the conveyer system, small item stacker (SIS) TGW Mustang Mini-Load SRM, and associated controls, located in Building 137 Automated Storage Kitting and Retrieval System (ASKARS) area. Contractor shall provide a �turnkey� system to include installation, which, upon delivery to the Government, is capable of successfully automatically storing and retrieving items per Government technical documents. Also to include the communication program required by the existing system, Rochester �Golden Code.� The current communication programs at FRC East require Rochester �Golden Code,� which is owned by Dematic, and must be able to continue to communicate accordingly. Update of �Golden Code� software to communicate to new SRM(s) is required. LIS. The LIS SRM shall interface with the existing pallets and racks. Standard Large pallets shall be picked one at a time by the LIS SRM. The existing LIS pallet characteristics are as follows: Standard Large Pallet: 48"" Cross Aisle (CA) X 60"" Down Aisle (DA) X 4.68"" tall steel, with a flat bottom, shallow 16.5"" tall box frame on top, picked up from underneath by the shuttle. There is no CA load overhang on pallets in the LIS aisle. The LIS aisle has storage for three (3) load heights: 24� tall loads max, 36� tall loads max, 96� tall loads max, Max Load Weight: 1,000 Lbs. �������� SLIS. The SLIS SRM shall interface with the existing pallets and racks are to be used. Standard Large pallets shall be picked on at a time by the SLIS SRM. The existing SLIS pallet characteristic are as follows: Standard Large Pallet: 48"" Cross Aisle (CA) X 60"" Down Aisle (DA) X 4.68"" Tall steel, with a flat bottom, picked up from underneath by the shuttle. Special Large Pallet - 48"" CA X 96"" DA X 4.68"" tall steel, with a flat bottom, picked up from underneath by the shuttle. Loads may overhang side to side of each side of the pallet +/- 5� each, up to 70� CA total. Loads may overhang end to end of each edge of the pallet +/- 24�, up to 144� DA total. The SLIS aisle has storage for two (2) load heights: 48� tall loads max, 84� tall loads max, Max Load Weights: 1,600 Lbs. ����������� LIS Conveyor.� The LIS conveyor replacement shall meet the following requirements: Remove existing LIS conveyors, including Pickup and Deposit (P&D) sections. Replace them with new 5� roller Chain driven live roller (CDLR) with chain transfers and load popup P&D stations. Approximately 66 lineal feet of CDLR conveyor. Two (2) P&D Load pop-up devices (one for outbound, one for inbound P&Ds). PLC control (shared for LIS and SLIS conveyor control): Compact I/O modules, Compact Safety Modules for required safety I/O, Ethernet communications. New Control Enclosure. PanelView, 15� touch, maintenance display. Safety pull cables. Lighted E-stop Buttons. Mechanical and electrical install. �������� SLIS Conveyor.� The SLIS conveyor replacement shall meet the following requirements: Remove existing LIS conveyors, including Pickup and Deposit (P&D) sections. Replace them with new 5� roller CDLR with chain transfers and load popup P&D station. One (1) replacement of pallet size verification frame and sensors.� Approximately 40 lineal feet of single wide CDLR conveyor. Approximately 15 lineal feet of double wide CDLR conveyor. Two (2) P&D Load pop-up devices (both for use with long pallets, one for use with shorter pallets). PLC control (shared for LIS and SLIS conveyor control): Compact I/O modules, Compact Safety Modules for required safety I/O, Ethernet communications. New Control Enclosure (shared for LIS and SLIS conveyor control). PanelView, 15� touch, maintenance display. Safety pull cables Lighted E-stop Buttons Mechanical and electrical install �������� SIS. The SIS SRM shall interface with the existing trays and racks. The trays shall be picked one at a time by the SIS SRM. The existing SIS tray characteristics are as follows: Trays: has an indentation in each corner of the bin. The replacement extractor will duplicate this method of handling bins using the indentations. There is no CA load overhang on trays in the SIS aisle. The SIS aisle has storage for one (1) load height. Max Load Weight: 1,000 Lbs. INCUMBENT INFORMATION: The pending acquisition is not a follow-on effort. CAPABILITY STATEMENT SUBMISSIONS: Responses to this notice should describe the Contractor�s capability and experience with providing a �turnkey� system. Respondents may also present any potential plan to team with other capable companies as a Joint Venture or Prime-Sub relationship. If the system is commercially available, indicate as such and provide your company�s correlated commercial catalogue information. It is requested that respondents include its major products/services, primary customer base, number of employees, annual revenue history, office location, CAGE Code, and a statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 333923 (if applicable) to help the Government ascertain competitive capability. Again, the purpose of this phase is to determine viable competitive capabilities to adequately set-aside the procurement. If there are not at least two reliable responses from small businesses, the solicitation will not be set-aside for small business. POINT OF CONTACT - COMMUNICATION & QUESTIONS: Contract Specialist / Primary Point of Contact: Jessica Franceschini Email: Jessica.d.franceschini.civ@us.navy.mil Procurement Group Office Address: Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Centers (COMFRC) N68520 47038 McLeod Rd, Bldg. 448 Patuxent River, MD 20670 United States DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE THE COMPETITIVE SOLICITATION STRATEGY.� RESPONSES IN ANY FORM ARE NOT OFFERS. ISSUANCE OF THIS NOTICE SHOULD NOT BE CONSTRUED AS OBLIGATING THE GOVERNMENT, IN ANY WAY, TO ISSUE A SOLICITATION OR TO AWARD A CONTRACT IN FURTHERANCE OF THE OBJECTIVES DISCUSSED HEREIN. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARING RESPONSES TO THIS NOTICE. THE GOVERNMENT RESERVES THE RIGHT TO REVIEW AND USE DATA AT ITS OWN DISCRETION.� ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT RFI THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. NO CLASSIFIED DATA SHALL BE SUBMITTED. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2982d123e7ce4776bd8cdd9cad9579e2/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN06871370-F 20231101/231030230047 (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.