Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
DOCUMENT

36 -- Grand Junction 36H79718R0028 Laundry - Attachment

Notice Date
9/17/2018
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;OPAL/National Acquisition Center;Building 37;1st Avenue, One Block North of Cermak;Hines, IL 60141
 
ZIP Code
60141
 
Solicitation Number
36H79718R0028
 
Response Due
9/26/2018
 
Archive Date
1/3/2019
 
Point of Contact
Christopher Cook
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 4 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), National Acquisition Center (NAC), HTME Contracts is requesting procurement information for a commercial laundry project. The National Contract Service is in search of SDVOSB and VOSB organizations that are capable of servicing the Department of Veterans Affairs Grand Junction, CO Medical Center need to procure the following commercial laundry equipment item(s): You must specify the line items you are interested in providing. ITEM # 1 400/500# Washer Extractor Multi-Pocket Capability Statement Requirements: RESPONSES MUST INCLUDE THE FOLLOWING INFORMATION: Company Name, Address, Size Standard, DUNS #, Cage Code Point of Contact name, phone number, and email address NAICS Code 333318 and Small Business Size Standard 1000 employee MUST be assigned to company Commercial Laundry Equipment Price List (your price list or the price list you intend to use) Capability Statement Provide proof of past performance (provide 2 commercial laundry contracts you have installed in the last 5 years or of the company that will be performing the installation) Please specify the specific line items in which you intend to provide/install. If you will NOT be manufacturing the equipment, you MUST provide information on the manufacturer you intend to use. If you will NOT be performing the installation, you must provide a Letter of Intent from the business you intend to use (explaining their agreement with you to perform the installations according to the solicitation), along with references of their past laundry equipment installations. *NOTE Acquisitions will only be set aside for SDVOSBs/VOSBs if responses are received with the required information listed above, by the due date specified below. Only SDVOSB and VOSB offerors are invited to respond to this Sources Sought Notice via email to Christopher Cook at Christopher.cook6@va.gov, along with any other questions or concerns, no later than 09/26/2018. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. See below document: TECHNICAL PERFORMANCE SPECIFICATIONS. TECHNICAL/PERFORMANCE SPECIFICATIONS ITEM # 1 400/500 LB Washer-extractor: Furnish and install new, one (1) each, 400/500 lb. multi pocket washer-extractor with total waste water heat recovery capability. The washer-extractor shall be of the shell and cylinder type. The size (capacity) shall be based on 5.7 pounds of soiled textiles per cubic foot of cylinder volume (gross). Washer shall be loaded by sling. The washer-extractor shall be designed for sling loading and unloading with a minimum amount of effort from employees. Washer-extractor shall be capable of being loaded without any spillage. Loading chutes, if required for loading washer without spillage, shall be stainless steel materials and portable with locking casters and a chute. Above the washer-extractor, the offeror shall install a ½ Ton electric chain hoist for the removal and replacement of motors for the maintenance of the washer-extractor on an I-beam or similar device. The I-beam or similar device shall have a rated capacity labeled on the beam by the contractor. Any and all new monorail spurs that are required for sling loading the washer extractor shall be the responsibility of the contractor. Ordering Data (washer-extractor): 1. Multiple compartments, pass-through model. Size (minimum capacities, pounds): 400 pounds 3 compartments required. 2. Offeror shall interface existing Class I - Liquid Supply System. The offeror shall supply a chemical manifold with installed equipment for the dispensing of seven (7) types of chemicals followed by a fresh water flush capability. 3. Water level sight glass is required. 4. Anti-vibration protection is required. 5. Divided cylinder machine shall be provided with automatic jog/inching or positioning in addition to manual inching provisions. 6. The washer-extractor shall have a beacon rotary LED light (colored amber) on both the soil side and clean side identifying end of wash cycle for the hearing impaired. Washers shall also have an audible alarm to indicate when wash cycle has ended. 7. Automatic cycle control shall be touch screen/microprocessor type. 8. Balancing of load prior to extraction is required. 9. Manual dry supply tank with automatic fresh water flush connected to the washer shall be provided by the offeror. 10. Washer-extractor shall be equipped with an illuminated emergency stop button when activated on both the soiled and clean sides. A yellow back ground with legend shall also be provided. Normal stop and emergency stop buttons shall be colored red. 11. An easily accessible titration valve shall be installed on the washer for testing/sampling of wash water. 12. Washer-extractor shall be exhausted to the outside atmosphere. Molded flexible hose shall be used and connected to the washer-extractor for exhausting the washer to PVC exhaust piping. All exhaust piping shall be new. 13. Unit shall have thermostatically controlled automatic steam injection. 14. Electrical characteristics - 208 volts, 3 phase, 60 cycles. Water reuse required. Provide and install a 4-Plex GFI receptacle outlet for the 400 LB. washer for mechanics use. Provide and install an airline with quick disconnect at each equipment location for mechanics use. Connection points for water, steam and compressed air shall be within 10 feet of the equipment to the existing water header. The offeror shall also provide new branch valving and isolation valves at the equipment locations. The washer-extractors shall be installed within an existing staph barrier wall and shall have new staph barrier boots installed by the contractor. Any penetrations through the staph barrier wall will be sealed with like material. A protect key lock-out feature shall be provided by the offeror to prevent programming and removal of accumulated data by unauthorized personnel. Two (2) equipment thumb drives shall be provided with each washer with back-up programming in case washer controls malfunction and programs need to be reloaded. Washer-extractor shall be equipped with a color touch screen control and be capable of being programmed for wash loads through the latest version of Wash System controls offered. An hour meter shall be installed on the washer that will show actual hours of run time of the washer for maintenance. Hour meter shall be installed on the front control panel. Washer-extractors shall be capable of being programmed for each category of textiles. Each program shall be listed on a printed card (laminated) or paper (laminated) showing the programmed washer programs. Example Program 1 Re-wash Micro Mops 130 degrees Wash time 35 minutes on a laminated card or paper and attached to the dryer for the employees use.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/36H79718R0028/listing.html)
 
Document(s)
Attachment
 
File Name: 36H79718R0028 36H79718R0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595866&FileName=36H79718R0028-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4595866&FileName=36H79718R0028-000.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: VA Medical Center;Laundry Facility Bldg. 13;2121 North Avenue;Grand Junction, CO
Zip Code: 81501
 
Record
SN05091960-W 20180919/180917231014-baafa33448a681a00d1d2f9e92fdef3f (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.