DOCUMENT
65 -- 765- -In Line Weight Verification - Attachment
- Notice Date
- 6/5/2012
- Notice Type
- Attachment
- NAICS
- 333997
— Scale and Balance Manufacturing
- Contracting Office
- Department of Veterans Affairs;NAC, NCS, CMOP;PO Box 76;Hines IL 60141
- ZIP Code
- 60141
- Solicitation Number
- VA797M12I0181
- Response Due
- 6/20/2012
- Archive Date
- 8/19/2012
- Point of Contact
- Patricia Gibson-Anderson
- E-Mail Address
-
CONTRACT SPECIALIST
(PATRICIA.GIBSON-ANDERSON@VA.GOV)
- Small Business Set-Aside
- N/A
- Description
- The VA National Acquisition Center is seeking sources via Request for Information (RFI) VA797M-12-I-0181 for an inline package weighing and sorting system which will be used to validate package weights for quality assurance purposes and mail cost validation. This system will use the existing primary conveyor system to move completed packages; weigh at least 5,500 packages per hour; provide a divert for packages not weighed; ability to divert packages outside of expected weight for review; provide useable data to track and validate postage costs. This system is to be installed at the Department of Veterans Affairs (VA) Hines, IL Consolidated Mail Outpatient Pharmacy (CMOP). We want to identify sources who can provide the design, installation and necessary equipment of this system. AT THIS TIME, NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED. THIS IS A SOURCES SOUGHT NOTICE ONLY. Please notify the individual listed on this announcement of your capabilities, the source manufacturer (s) of the equipment you would use for this type of system, and your business size on or before June 20, 2012. No solicitation is currently published, pending or available. THIS IS A SOURCES SOUGHT NOTICE ONLY. Point of contact: Patricia Gibson-Anderson, patricia.gibson-anderson@va.gov Statement of Work-Inline Weight Verification Great Lakes CMOP June 4, 2012 1.0Introduction: 1.1The Great Lakes Consolidated Mail-Out Pharmacy (GL-CMOP), located in Building 37, NW, 5th and Roosevelt, Hines, Il, 60141, intends to acquire an inline package weighing and sorting system for all packages shipped excluding bulk medical supplies and refrigerated items. 1.2Options for up to six (6) additional units to be located and six (6) different CMOP locations. All 7 CMOP sites while similar in function, each utilizes variations of Quality Manufacturing Systems Inc. (QMSI), software, using different technology and processes. Note: the vendor will be required to make visits to each site, to determine: 1.) The method of induction of packages into the system 2.) The conveyor requirements needed to transport packages from the packing area though the weighing system and on to be sorted into bulk Mail Carrier's (BMC'c). 2.0Requirements: 2.1Shall work with existing envelopes/boxes: 2.1.1Envelopes are Mylar, 9" x 12", 7.5" x 10.5", 12" x 15.75" 2.1.2Boxes are 7.25" x 5" x 4.5', 10" x 6" x 6", 11" x 9" x 9", 10" x 6" x 6", 15" x 11" x 3", 11.25" x 9.5" x 8", 12.5" x 11.5" x 9.5", and 14 7/8" x 13 1/8" x 10 5/16". 2.2 1-Dimensional barcode package labels. The Barcode is 2 ¼" x ½", Labels are 5 3/8" x 2 ¼ ". Shall have capability to scan 2-Dimentional barcodes. 2.3Ability to process 5,500 packages per hr. from a total of 56 locations, 36 located on-line and 20 located off-line. 2.4 Ability to sort packages as: 2.4.1 Successful to be shipped: Sorted into one of two Bulk Mail Carrier's,(BMC) one of which (Primary) is active or once full, automatically switch to the second (Secondary) and alarm so that the primary can be exchanged for an empty. 2.4.2Reject: to be inspected and re- introduced to the conveyor, upstream of the scan weigh station. When the Reject BMC is full an alarm should sound and the system stops to allow for BMC exchange. 2.5In addition to re-introduced rejected packages, the upstream entry point shall be capable of introducing packages processed from an additional 20 offline locations. 2.6Integration with the current QMSI software system. 2.7Preferred operating system is windows server 2008 based. Preferred database is Microsoft-SQL. Network connections shall be fiber optic, at not less than 100Mbps. 2.8Tilt tray induction for package introduction to the main belt/conveyor. 2.9Capable of processing weights from 1 oz up to 15 lbs inclusive. 2.10Accuracy of recorded weight to be within 10 Gm. 2.11Capable of processing non-ridged Mylar packages, sizes listed in section 2.1.1 above. 2.12Capable of processing box sizes 7.25" x 5" x 4.5" up to 14 7/8"x13 1/8"x10 5/16". 2.13Utilization of existing package takeaway conveyer if possible with modifications to accommodate the scan-weigh station. 2.14The system shall orient and separate the packages properly for scanning. 2.15Web based capability, shall remain within the VA firewall and under VA control. Depending on functionality, this may require additional documentation such as a memorandum of understanding (MOU) and application to and approval from VA information technology security officer (ISO), which may include a background check. 2.16Remote access capability, only if necessary, shall require additional documentation such as a memorandum of understanding (MOU) and application to and approval from VA information technology security officer (ISO). 2.17To be coordinated with GL-CMOP software vender, QMSI: 2.17.1Weights to be recorded, identifiable to patient address label barcode. 2.17.2Capable of diverting rejected packages that exceed tolerance (selectable/ + or -) of expected weight to actual weight. (Must communicate between our databases in order to make that determination). Must have program ability to switch off this feature and separately for the entire weight checking system, if either is needed by the CMOP. 2.17.3Capable of rejecting packages not in correct status (i.e. not verified or hazard flag activated) or a duplicate. 2.17.4If no weight to compare, then let package through. 2.17.5Needs disable weights feature, selectable by product code. 2.17.6Tracking ID is blank (i.e. reprinted package) than reject package. 2.17.7Reject any no reads or unrecognizable barcode. 2.17.8Shall have capability to determine by scanning the rejected package barcode, the reason why rejected. 2.17.9Shall be incorporated into the existing Emergency Shutoff System. 3.0Applicable documents: 3.1National Electric codes. 3.2OSHA Requirements. 3.2.1Lock out/Tag out procedures. 3.2.2Standards of sound pressure not to exceed 85 decibels per square foot sound pressure level. 4.0Key assumptions: 4.1Contractor will need access to GL-CMOP and equipment during installation. 4.2Contractor will need the assistance of qualified GL-CMOP personnel to operate Sort/Weighting system. 4.3Contractor is responsible for damages to VA property while on site. 5.0Contractor responsibilities: 5.1 Provide schematics to include locations of necessary utilities needed such as power compressed air and fiber network access 90 days in advance of need. CMOP will schedule installation of needed utilities. 5.2 Provide list of onsite installation personnel along with two forms of government issued ID's, at least one must be include a photo, 2 weeks prior to installation for ID Badges to be completed. 5.3 Work with the software contractor to ensure proper integration prior to installation. Vendor should note that CMOP requires an Inline Weight Verification system that Integrates with the existing CMOP software. Vendor should take special note of this requirement. 5.4Provide the VA with access needs to building during non production and production hours at least 24 hours in advance of need. 5.5Provide all scanners, readers, photo eyes and additional com ports or other input/ output devices needed to control their product. 5.6Provide trash removal for equipment/consumables. 6.0Installation Schedule: 6.1There will be a pre installation meeting to be attended by all necessary VA and contractor representatives. The purpose will be to resolve any questions either may have regarding the performance process. This meeting will occur at an agreed upon time but prior to any work being performed by the contractor. 6.2Installation shall occur during non-production hours, i.e. weekend holidays or late night between the end of the second shift and the beginning of the first shift. Off shift hours are midnight to 6:30 a.m. 6.3All preliminary preparations will be completed prior to installation with no disruption of normal production. 7.0Training : 7.1Training shall be provided to staff prior to use of equipment. 7.1.1Maintenance Staff: 7.1.1.1Contractor shall provide on-site training for maintenance personnel and verify these individuals are competent to maintain the equipment upon completion of the training. 7.1.1.2Contractor is not relieved of responsibility for maintenance until VA has accepted the system via criteria in 10.0. 7.1.2Operations staff: 7.1.2.1Contractor shall provide on-site training for operation staff and verify trained individuals are competent to operate the equipment upon completion of training. 8.0Documentation: 8.1Contractor shall provide two printed and one electronic copy of each of the following in English. 8.1.1Contractor shall provide a recommended (OEM) spare parts list including source information. 8.1.2Contractor shall provide a recommended cleaning and maintenance program. 8.1.3Schematics Mechanical and Electrical. 9.0Warranty: 9.1The Contractor shall provide warranty repair (parts and labor) and adjustments, at no additional cost to the VA, for the first year after system acceptance and scale calibration. 9.2All parts (other than routine maintenance items, as outlined in the contractor provided maintenance schedule) shall be available from the contractor or commercially for a period of not less than five years after system acceptance. 9.3If at any time during the five year period a part become obsolete and/or unavailable and subsequently needs replacement within the system, the contractor shall upgrade or otherwise modify the installed system at cost constituting parts and labor only. 9.4Availability of a maintenance agreement for support, repair, and scale calibration after the initial one year warranty, with optional years for a total of 5 years. 10.0Acceptance criteria: 10.1No read and rejected packages, caused by faults in the contractors system, such as improper spacing or orientation of packages, shall not exceed 1% throughput at any time during operation. A snapshot of production will be obtained by the VA within four weeks prior to installation and separately during the post installation period at a point when VA and contractor agree the system is working properly but prior to system acceptance. The sample will cover at least two 8 hr periods of production with no downtime and with adequate workload. 10.2Installed system must perform to the standards and specifications within this contract, or as provided by the contractor, whichever are more favorable to the VA. 10.3Zero system downtime of the contractor's equipment or caused by contractors equipment to the CMOP production system for a period of two weeks. 10.4All required documentation has been submitted by the contractor. 10.5Testing to ensure product integration shall occur prior to full production. 11.0VA responsibility: 11.1Provide Power, compressed air, fiber network access points as needed by contractor. 11.2Provide storage space for parts and equipment one week prior to installation and during installation process, until acceptance has occurred. Contractor will be permitted no more than two weeks to remove excess property after acceptance. 11.3Provide security access for installation staff that has undergone background checks. 11.4Provide access to facility for installation 24 hrs around the clock if needed. This access request must occur with at least four hours prior notification. 11.5Removal and disposition of old parts and equipment by contractor to be reviewed by VA prior to disposition by the VA. VA will determine if contractor will be permitted to claim removed parts, or if VA will retain them. 12.0Schedule: 12.1Date of award. 12.2Preliminary installation work to be completed prior to actual installation of product. 12.3Installation to begin within 10 weeks of award. 12.4Must be fully operational within 4 days from onset of final installation. 12.5Vendor to remain on site from completion of installation for at least one full week. The individuals on site must be capable of troubleshooting and resolving any and all product issues.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797M12I0181/listing.html)
- Document(s)
- Attachment
- File Name: VA797M-12-I-0181 VA797M-12-I-0181.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354974&FileName=VA797M-12-I-0181-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354974&FileName=VA797M-12-I-0181-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA797M-12-I-0181 VA797M-12-I-0181.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=354974&FileName=VA797M-12-I-0181-000.docx)
- Place of Performance
- Address: Great Lakes CMOP
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN02766734-W 20120607/120605235543-8163a787dce778d9b31e1e9c030db35a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |