Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2018 FBO #6142
DOCUMENT

73 -- Conveyor Trayline (Notice of intent to perform oral solicitation) - Attachment

Notice Date
9/15/2018
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018P37301
 
Response Due
9/19/2018
 
Archive Date
9/29/2018
 
Point of Contact
Gregory Watson
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 3 In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for a Aladdin Temp-Rite (Fabric Belt Mechanical Conveyor with 5 Two Tier : Over shelf) will be set-aside for SDVOSB s. To be considered eligible for award all SDVOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to gregory.watson2@va.gov by 1 PM EST Wednesday September 19st 2018. This solicitation will be performed Thursday August 20th 2018. This will be a brand name or equal to solicitation to the following Items Manufactured by Aladdin Temp-Rite: Item Part Number Description Qty SP3992 FB18-18 foot long fabric belt conveyor with flanged feet, electrical raceway with 8 outlets total, and one field joint. All stainless steel frame and body construction. 10" wide heavy duty fabric belt, veriable speed fabric belt adjustment, Tray activated automaric On/Off switch at checker position. Remote On/Off switch (foot pedal style). 1/2 H.P. drive motor and heavy duty gear assembly. Equipment supplied is UL and NSF listed. 1 Option 1: 60'L x 18" wide 16 ga. s/s two tier over-shelf, mobile, feet to sit on FB18 conveyor." Aladdin will lrequire signed drawings for our files". 1 Installation Estimate: Includes removal and disposal of existing tray conveyor. Please refer to Scope of Work for specifics. 1 Shipping Address: Department of Veterans Affairs American Lake VA Medical Center Puget Sound Health Care System Warehouse 21 9600 Veterans Drive Tacoma, WA 98493 To be considered technically acceptable, the products must meet the following minimum salient characteristics: Must meet minimum salient characteristics to be technically acceptable: Salient Characteristics The Nutrition and Food Services department is requesting the SP3992 PB-18-Foot long fabric belt conveyor flanged electrical raceway with 8 outlets and one field joint. Standard features: all stainless-steel frame and body construction 10 wide heavy duty fabric belt. Variable speed adjustment. Tray activated automatic on/off switch. ½ H.P. drive motor and heavy duty gear assembly equipment supplied is UL and NFS listed. P3992 or some other similar model. Potion 1: 60 L by 1 Wide 16 ga. s/s two tier over shelf, mobile, feet to sit on FB18 conveyor. Statement of Work Tray Line Removal/Installation 1 FB 18 ft. Power conveyor tray line with 1 field joint Vendor Responsibilities 1. Disassemble and remove old conveyor tray line. 2. Remove trash from work unit to facility provided container. 3. Complete site preparation; e.g., level of floors (floor drains) for installation, termination of existing utilities, removing lights, diffusers, fire extinguishers, sprinklers and other items from within the equipment area 4. Representative or agent will be present and supervise delivery of Equipment and inspect for damage in shipping. 5. Uncrate, assemble and install in place all equipment as outlined by manufacturer. 6. Provide all labor and materials to install, calibrate, and secure all equipment in designated area. 7. Complete all sealing and weatherproofing of penetrations to the structure (where applicable). 8. Provide final connections to equipment consistent with electrical and mechanical utilities provided by the facility. 9. Test run and calibrate all equipment to manufacturer recommendations. 10. Provide full operator in-service, instruction and trouble-shooting training of equipment for in-house maintenance and/or outside service agencies as needed. 11. Maintain normal working hours/conditions. 12. Trash removal from facility property. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.*
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018P37301/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018P3730 36C26018P3730_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594077&FileName=-15132.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4594077&FileName=-15132.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: American Lake VA Medical Center;Puget Sound Health Care System;Warehouse 21;9600 Veterans Drive;Tacoma, WA
Zip Code: 98493
 
Record
SN05091211-W 20180917/180915230033-84c6674d792e7dd5601fe7ca8ff15ccb (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 |
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.