|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163General Service Administration, FSS, Stock Contracting Div. (7FXI), 819
Taylor St., Room 6A24, Fort Worth, TX 76102-6195 N -- INSTALLATION OF POWER LIFT DRAWERS SOL 7FXI-W7-98-S063-N DUE
091098 POC J. D. Dunne, Jr., Contracting Officer, (817)978-2690
10/01/98, or date of award whichever is later, through 09/30/99. This
is a combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. This is a request for
proposals under Solicitation No. 7FXI-W7-98-S063-N. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-02. This solicitaion is not set
aside for small businesses. The list of Contract Line Items is as
follows CLIN 0001, Materials and on site installation of three (3)
power lift drawers at the Southwestern Distribution Center located in
Fort Worth, TX. Vendor will provide all labor, supervision and
materials for three (3) power lift drawer units to be used in the
Southwestern Distribution Center to include. Each unit must stand at
least 18' tall with a maximum payload of 40,000 lbs. The unit height
must be adjustable (higher or lower) to accommodate different warehouse
locations. The trays or shelves inside the units should: 1.) measure
approximately 70" wide by 28" to 32" deep, 2.) Hold up to 375 pounds of
inventory, 3.) allow for inventory extraction from two points, 4.) Be
adjustable down to 4" in height between trays (with 1" increments) in
order to maximize storage capacity and 5.) Automatically adjust
horizontal storage space as inventory increases or decreases within
each tray. The retrieval and extraction speed of each unit must allow
for 120 to 150 selections per hour at one selection per tray. Each lift
drawer unit must contain a pick to light system across the front of the
pick zone. The pick lights are to be spaced at 4" intervals so each
tray can be subdivided to hold smaller units. Each unit must have
lockable doors for security of items. The lift drawer computer system
must interface with the GSA computer system to enable down loading
selection and replenishment data. The computer system must be capable
of tracking selection data by employee and date/time. The computer
system must be capable of providing replenishment data for items stored
in each unit. Price must include three power lift drawer units,
including installation and connection to provideed electrical source,
a computer system which interfaces with GSA's system to include a label
and report printer, a pick system comprised of indicators to tell which
item to select in a drawer, One (1) software package for Inventory
Control and Replenishment, Employee training and 36 drawers per unit,
and installation of the system. GSA will provide the required
electrical service to the power lift drawer system and a Government
Bill Of Lading (GBL) to cover transportation costs between the
manufacturers site and the installation site. No Saturday, Sunday, or
Holiday Installation. Installation to be conducted during normal
operating hours of Monday through Friday 7:00 AM to 4:00 PMCST.
Delivery and acceptance of the installation to be at Southwestern
Distribution Center in Fort Worth, TX. The provisions at 52.212-1,
Evaluation, Commercial Items is applicable to this solicitation. The
evaluation criteria will be price and past performance of similar work.
Offerors are advised to submit a completed copy of the provisions at
52.212-3, Offeror Representations and Certifications -- Commercial
Items with it's offer. Clause 52.212-4. Contract Terms and Conditions
applies to this acquisition. Clause 52.212-5 Contract Terms and
Conditions Required to Implement Statues of Executive Orders applies to
this acquisition. The following FAR Clauses cited in Clause 52.212-5
are applicable to this acquisition: 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I, 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity. The
contractor agrees to comply with the FAR clauses applicable to
commercial services which the Contracting Officer has indicated as
being incorporated into this contract by reference to implement the
provisions of law or executive orders applicable to the acquisition of
commercial items or components: Clause 52.222-41 Service Contract Act
of 1965, As Amended. Offers are due at the address shown above in item
7 no later than 4:15 PM CST September 10, 1998. Contact the Contracting
Officer, J.D. Dunne, Jr., at (817)978-2690 for information regarding
this solicitaion. All responsible sources may submit an offer which
will be considered. Posted 08/18/98 (W-SN238670). (0230) Loren Data Corp. http://www.ld.com (SYN# 0070 19980820\N-0002.SOL)
N - Installation of Equipment Index Page
|
|