SOLICITATION NOTICE
37 -- UPDATE MILKING PARLOR COMPONENTS - Photos - SF-18
- Notice Date
- 9/1/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333111
— Farm Machinery and Equipment Manufacturing
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- AG-32SC-S-15-0062
- Archive Date
- 9/30/2015
- Point of Contact
- Patricia L Jones, Phone: 706-546-3533
- E-Mail Address
-
pat.jones@ars.usda.gov
(pat.jones@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- SF-18 Photos Statement of Work (SOW): 1. The general scope of the project includes removal of the existing identification system and milk meters and claws and installation of a new Smart ISO Identification System as well as installation of new milk meters, detachers and claws in the milking parlor at the Dairy Forage Research Farm in Prairie du Sac, WI. The entire system must be integrated and provided by a single manufacturer. 2. Project Location: USDA Agricultural Research Service (ARS), Dairy Forage Research Farm, S8822 Sunset Drive, Prairie du Sac, WI, 53578. 3. Point of Contact at Location: Rick Walgenbach, Farm Manager/Agronomist, (608) 643-2438x221 or via cell phone, (608) 575-5146. 4. The Contractor shall furnish all labor, materials, equipment, supplies, transportation, utilities, supervision and incidentals for all elements of the work in accordance with this SOW to provide an installation that is complete and fully compatible in every respect, properly operating, and ready for use. Contractor shall conduct a pre-implementation site survey of the Dairy Forage Research Farm prior to start of work in order to identify sources of RF interference and ensure proper system performance. 5. The Contractor shall coordinate all work activities with the USDA ARS Contracting Officer, Location Representative and Engineering Project Manager prior to beginning any work. All work shall be scheduled in a manner so that on-going milking operations are not jeopardized. Contractor will be required to complete partial installation of system to coincide with 3x daily milking operations. 6. Period of performance shall be 90 days from issuance of notice to proceed. 7. Submittals, including shop drawings, product data, test reports, and all referenced standards, etc. for all products associated with the work shall be provided to the Government for review prior to commencing any portion of the work, including a detailed submittal of the proposed RFID Identification System. Basis-of-design products may be indicated in this SOW to convey a specified standard of quality, but are not to be considered a single-source specification. A detailed schedule showing each work sequence must be provided prior to commencing work. All work schedule items must also indicate submittal review dates. 8. Existing installations: Contractor shall field verify all existing conditions affecting the intended installation. The following is noted regarding the existing installations: a. Existing milk meters (16), in conjunction with detachers, claws and associated components are to be removed. Contractor shall verify existing conditions. (See Attachment A for pictures of existing components). b. Existing transponder identification system is to be removed in its entirety. 9. General Demolition Notes: An attempt has been made to identify in this SOW the existing installations that need to be disconnected and restored to accomplish the intent of this project. Contractor shall field-verify if conditions are discovered that differ from the SOW. Contractor shall modify existing installations as needed to accommodate the new installation. Contractor shall disconnect and restore existing installations as needed to accommodate the new installation. All disturbances of existing systems shall be thoroughly coordinated with the Owner to prevent disconnecting equipment that might impact on-going research. Any damage caused to existing facilities shall be replaced by the contractor at no expense to owner. Perform all work in accordance with latest editions of applicable codes with current revisions. Contractor shall work with location property specialist for trade-in of existing milk meters, claws, computer, ID panel and electronic boards and key pads. 10. Scope of Work: a. Carefully disconnect and remove (16) existing milk meters, in conjunction with detachers and claws. b. Carefully disconnect and remove existing reader at entrance of parlor and associated components to include existing computer, (2) ID panels and all electronic boards and key pads, associated with the existing BouMatic System. c. Furnish and install (16) new SmartControl Milk Meters. 1) Milk Meter Specifications: - ¾" inlet and ¾" outlet - ICAR-approved - Compatible with TouchPoint Detachers - Individual cow milk yield, flow rate, milk conductivity performance data - Individual pulsation control - Milk sampler port - LED Status indicators d. Furnish and install (16) ¾" outlet Flo-Star Max Claws. 1) Claw Specifications: - X-crossed inlet design with ¾" outlet - Max weight of 12.5 oz - Minimum holding capacity of 11.5 oz. - Capable of handling 7200 lbs of direct pressure - Minimum 2 year material warranty e. Furnish and install (16) TouchPoint Detachers with Arm. 1) Detacher Specifications: - IP69 durability - Compatible with SmartControl Milk Meters - LCD and LED display - Minimum 4 programmable function keys - Touchscreen capability f. Furnish and install (1) complete ISO Ear Tag ID Identification System. 1) Specifications - Minimum 95% ID rate to include correct milk weights - Compatible with HDX and FDX ear tags - Single SmartEID antenna mounted at entrance to parlor capable of identifying all cows. Max antenna weight of 50 lbs - Compatible with HerdMetrix software - Compatible with ISO operating frequency of 134.2 kHz - 208/240, 24 VDC - RS485 Communication Standard - NEMA 4X enclosure rating g. Furnish and install (1) Smart Dairy Computer System with HerdMatrix Software. 1) Compatible with TouchPoint Detachers 2) Compatible with SmartControl Meters h. Owner training to be provided for a minimum of 8 hours. 11. Submittals: Where "Basis of Design" is indicated in the specification of equipment, material or installation; the Owner shall approve all alternate equipment, materials, manufacturers or installation. It shall be the Contractor's burden to furnish all documentation and / or samples to show equality with specified items. Owner's decision is final. Submit manufacturer's product literature and shop drawings on all products and material proposed for the project to USDA/ARS prior to releasing product or materials for manufacture / fabrication. The review by USDA shall be for general compliance with design concept. Markings for comments and approval of the submittals by USDA shall not be construed as releasing the Contractor from compliance with the specified requirements. USDA shall retain three (3) copies of the reviewed submittals. Contractor shall furnish additional copies as needed for the Contractor's use. Manufactures: a. BouMatic, Madison, WI b. Or comparable. 12. General: Prior to submitting bid, Contractor shall verify all parking requirements, and security clearance requirements with the Location. Coordinate with Location Point of Contact. Contractor shall verify maximum number of construction vehicles allowed for the project, parking locations, etc. Contractor's bid shall reflect full compliance with parking requirements and other such restrictions. 13. Site Visit: Bidders are strongly encouraged to visit the site of the proposed work and review the existing conditions there relating to construction and labor, and to be fully informed as to the facilities involved, and the difficulties and restrictions that may affect the performance of the Contract. Failure to visit the site will not disqualify bidder. However, change order requests for items that could have been reasonably ascertainable from a site visit (and included in a bid) will be reviewed by the Owner and evaluated accordingly. 14. Close Out Documents: a. Upon completion of work and before final acceptance, prepare a binder containing all installation, instruction and maintenance manuals and literature supplied with equipment and materials incorporated in work. b. Include manufacture's operating and maintenance instructions and parts lists, clearly designated for types and models provided. c. Furnish the binder to location point of contact for review. See Photos: Existing Claw (typ) Existing Milk Meter (typ) Existing ID Control Panel Existing Controller
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aa7bd4b9807b851a6bd5e69002aff2ae)
- Place of Performance
- Address: Dairy Forage, Prairie Du Sac, Wisconsin, 53578, United States
- Zip Code: 53578
- Zip Code: 53578
- Record
- SN03865215-W 20150903/150901235229-aa7bd4b9807b851a6bd5e69002aff2ae (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 |