Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12, 2001 PSA #2955
SOLICITATIONS

39 -- ON-SITE REPLACEMENT OF AUTOMATED STORAGE AND RETRIEVAL (ASRS) MINI-LOAD VEHICLE CONTROL AND POSITIONING SYSTEMS FOR THE TOBYHANNA ARMY DEPOT, TOBYHANNA, PA 18466

Notice Date
October 10, 2001
Contracting Office
US Army Communications-Electronics Command, Tobyhanna Depot Contracting Office, ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
ZIP Code
18466-5100
Solicitation Number
DAAB17-02-R-0002
Response Due
November 22, 2001
Point of Contact
Marilyn Watkins, (570)895-7918, FAX (570)895-6782
E-Mail Address
US Army Communications-Electronics Command, Tobyhanna (marilyn.watkins@tobyhanna.army.mil)
Description
39 The existing ASRS System was designed by Eaton Kenway, currently known as HK Systems, and implemented at Tobyhanna Army Depot in 1985. This ASRS Manager System was replaced in 2001 by Tri-Cor Industries and AI Technologies, 19 Angela Way, North Salt L ake, UT, with a Personal Computer (PC) based system, running both Windows 2000 and Windows NT Mini-Load. Vehicle control and positioning systems refer to all electronic and mechanical components and software/firmware of the ASRS Mini-Load System which are used to control the movement and positioning of the Mini-Load Storage and Retrieval (S/R) machines, including the position of the vehicle in the aisle, position of the carriage on the mast, position of the retractors on the carriage. This includes the KE -8/8 microprocessors, communications links between the Manager Systems and the KE-118 End of Aisle (EOA) controllers and any links between the EOA controller and the on-board S/R machine controls at Tobyhanna Army Depot. The Contractor shall furnish, insta ll, integrate, test and debug a complete replacement (hardware, software, logic) for the existing Automated Storage and Retrieval System (ASRS) Mini-Load Vehicle control and positioning systems on-site at Tobyhanna Army Depot. The replacements shall inclu de new on-board controls for each of the six (6) existing S/R machines, EOA semi-automatic and diagnostic computers for each aisle/machine, I/R communications for each S/R machine, LASER (Light Amplification by Stimulated Emission of Radiation) positioning devices, all required interconnecting devices, all required software (commercial and developmental) and all integration and testing services required to make the entire control and positioning systems fully operational. Up-to-date replacements for of circ uit cards shall also be supplied The Contractor shall design/develop/acquire, as necessary, any new software products required to successfully operate the new Mini-Load Vehicle control and positioning systems. This includes any new programming functions and/or routines required, as well as integration with all remaining subsystems (including the Tri-Cor ASRS Manager System) and any peripheral devices associated with or included in the ASRS Mini-Load Vehicle control and positioning systems. The Contractor is also responsible for converting, transferring/loading and/or re-creating any necessary, existing logic and data files into the replacement system. Any new logic/computer code development and cabling/interconnecting devices required to re-establish work ing communications on-board the S/R machines, between the S/R machines and the I/R systems and between the Mini-Load Vehicle control and positioning systems and the ASRS Manager System shall be provided by the contractor. The contractor shall ensure that w orking communications is re-established with all other remaining components, which were controlled by the original Mini-Load Vehicle control and positioning systems. Existing Manager Systems software is proprietary to Tri-Cor Technologies and AI Technolog ies. Existing Mini-Load System software and firmware is proprietary to HK Systems. Neither party's software, firmware or documentation can be supplied for use under this contract. All documentation, Hardware/Software Manuals, Diagnostic Routines, and any other aids, necessary to perform all aspects of this contract, shall be furnished by the contractor. Contractor will be required to minimize system downtime during performance of the contract. Demonstration and completion of performance test will be requ ired. Delivery and installation 180 days after the date of award. A proposal submitted in response to this solicitation will require the address of proposed technical approach, management and summary data and past performance. Evaluation for award will consider proposal acceptability, offeror past performance and price. Solicitation DAAB17-02-R-0001 applies. Approximate issue and closing dates are 31 October /21 November 2001. Exact dates will be as stated in the solicitation and are predicated upon the actual issue date. Although the solicitation will be posted electronically via the Interagency Business Opportunity Page (IBOP)interested parties should prov ide their company name, company POC, and company physical and electronic addresses and phone numbers to the Contract Negotiator Marilyn Watkins/Contracting Officer Joyce K. Bednar (570)895-7918, fax (570) 895-6782 or e- mail marilyn.watkins@tobyhanna.army. mil within 10 days of the date of publication of this solicitation synopsis. This action is unrestricted, however, please provide your business size in your request. NAICS size standard 333922/500 employees is applicable. All responsible sources may sub mit an offer that will be considered by the agency.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011012/39SOL001.HTM (D-283 SN5103X2)

39 - Materials Handling Equipment Index  |  Issue Index |
Created on October 10, 2001 by Loren Data Corp. -- info@ld.com