Www.vendorportal.ecms.va.gov



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 201079 Project Legacy, Intellibot7011236C25618Q984630N325612Department of Veterans AffairsSoutheast Louisiana Veterans HCS1515 Poydras StreetSuite 1100New Orleans LA 70112Department of Veterans AffairsSoutheast Louisiana Veterans HCSNetwork Contracting OfficeMichelle Bocage1515 Poydras StreetNew Orleans, Louisiana 70112Department of Veterans AffairsSoutheast Louisiana Veterans HCS2400 Canal StreetNew Orleans, Louisiana70119United Statesmichelle.bocage@michelle.bocage@SOURCES SOUGHT NOTICERobotic Auto Floor Scrubber Plus InstallationThe overall purpose is to provide and install a turn key Robotic auto floor scrubber to the Southeast Louisiana Veterans Health Care System (SLVHCS), located at 2400 Canal Street, New Orleans, LA 70119. The specific requirements for this procurement are listed in the Statement of Work and Required Items List within this Sources Sought notice. Instruction to Offerors Guidance:This Sources Sought Notice is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the government to a particular acquisition approach. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government’s use of such information. This Sources Sought Notice is for planning purposes only and is intended to identify contractors in any socioeconomic category who can support this requirement.INSTRUCTIONS FOR SUBMISSIONInterested contractors shall submit a response via e-mail only to Iris Ramirez, Contract Specialist iris.ramirez@. Responses are due no later than July 18, 2018 by 2:00 p.m. Eastern Daylight Time (EDT). Respondents should include as part of their submission:Indicate if you can provide all items listed in the Statement of Work to include installation and training. If/when this requirement is solicited it will be “all or nothing” meaning that prospective contractors must be able to provide all items. Please do not submit a price quote as this request is for market research/informational purposes only. The purpose is to identify potential contractors that can provide and install a turn key Robotic auto floor scrubberPerformance Work StatementRobotic Auto Floor Scrubber Plus InstallationSoutheast Louisiana Veterans Health Care SystemNew Orleans, LA06/20/2016Purpose The overall purpose is to provide and install a turn key Robotic auto floor scrubber to the Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119. ScopeSpecifications of component equipment as set forth in this section are minimum specifications, unless otherwise stated, and shall not be construed as limiting the overall quality, quantity or performance characteristics of items furnished in the system. The Contractor Furnished Equipment (CFE) shall meet or exceed the minimum requirements and shall be held responsible for the supply, performance and overall quality of the contractor’s furnished equipment. The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section.All equipment and installation must meet manufacturers and VA specifications; and all equipment to be supplied under this specification shall be new and the current model of a standard product of a manufacturer of record. A manufacturer of record shall be defined as a company whose main occupation is the manufacturer for sale or the items of equipment and which:Maintains a factory production line.Maintains a stock of replacement parts for the item.Maintains engineering drawings, specifications, operating manuals and maintenance manuals.Has published and distributed descriptive literature and equipment specifications on the equipment.The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment.2.4Contractor shall configure the system proposed to meet those functional requirements. The list of equipment provided shall not be considered all-inclusive, but shall serve as a guide for developing a complete system. The Contractor is responsible for any missing parts and components not included in order to carry out the installation.Salient Characteristics1 Duobot with UV Light Bundle - Sweeps debris and scrubs floors in one pass so you complete floor prep and cleaning in half the time.Main Computer monitors; commands robot to perform stored cleaning routesControls by manual and autonomousNavigation by 15 sensors provide a complete, 360-degree view around robotDimensions, size, capacity:43 x 32 x 48 weight 690 lbs.User-specific password protection to prevent unauthorized useSonar obstacle detection, infrared floor sensors, touch shields, emergency stop buttonComputer controlled, adjustable flow rate to center of each brush.Two 24 VDC, 0.75 HP, 200,RPM, permanent magnet type, direct driveTwo 24 VDC precision motors, built-in encoders, traction water displacement treadCleaning rate Approximately 10,000 sq ft (approx.. 929sq m per hour (avg)Run time approximately four hour20 amp, 24 VDC output: available in 115 or 230 VAC input options1 Hydrobot 1650 Bundle — Engineered for superior scrubbing and sustainability. A 29" (74 cm) disc scrubber that improves cleaning consistency and reduces cleaning cost.Main Computer monitors; commands robot to perform stored cleaning routesControls by manual and autonomousNavigation by 15 sensors provide a complete, 360-degree view around robotDimensions, size, capacity:48 x 32 x 43 weight 720 lbs.User-specific password protection to prevent unauthorized useSonar obstacle detection, infrared floor sensors, touch shields, emergency stop buttonComputer controlled, adjustable flow rate to center of each brushTwo 24 VDC, 0.75 HP, 200,RPM, permanent magnet type, direct driveTwo 24 VDC precision motors, built-in encoders, traction water displacement treadCleaning rate Approximately 10,000 sq ft (approx.. 929sq m per hour (avg)1 Pre-installation, Installation start-up and Trainingdelivery ANDInstallationDELIVERYContractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 on or about September 30, 2018.INSTALLATIONIt is agreed upon and understood that the contractor shall be responsible for a complete installation. Installation to be completed by the contractor shall take place during normal working hours as stated in Paragraph VIII unless otherwise agreed upon with the COTR. Installation work shall be scheduled with the COTR who will be responsible to coordinate the work described herein. If site prep is required by the VA, this work will be coordinated between the contractor and the COTR. All equipment shall be set up by contractor upon delivery unless otherwise noted above.Install all equipment to manufacturer’s specifications maintaining Federal, and Local safety standardsInstallation must be completed by September 30, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday – Friday. All federal holidays, excluded. If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours.The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. SITE CONDITIONSThere shall be no smoking, eating, or drinking inside the hospital at any time. INSPECTION AND ACCEPTANCE: Upon completing installation of the system, the Contractor shall pretest the entire system. After pretesting the system, the Contractor shall notify the COTR that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s).The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTSDeliver materials to job in manufacturer's original sealed containers with brand name marked thereon.Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary.Deliver specified items only when the site is ready for installation work to proceed.Store products in dry condition inside enclosed facilities.Any government requested delayed delivery up to 90 days after initial negotiated delivery date, shall be at no additional cost to the Government. 4.7A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates.4.8Delivery and Installation will be coordinated through the COR.DELIVERABLESOperation and Maintenance ManualsBinders - Quantity (2) each for items 3.1 - 3.17 Digital Copies- Quantity (1) each for items 3.1 – 3.17Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation.OPERATOR TRAINING:Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete.Contractor shall provide training on the use and operations of the equipment. Cost for training is included in the contract price and shall be conducted at the facility at the discretion of the COR. Training shall include on-site orientation and training of using personnel in operation and care of the equipment furnished, as well as an actual demonstration of the operation of the equipment. Contractor shall provide guidance on completing any adjustments or other actions which may be undertaken by operating personnel in the event of failure of equipment, provided that such adjustment or action will in no way jeopardize the Government's rights under contract guarantee clause. Only qualified Contractor’s personnel will give this training.PROTECTION OF PROPERTYIf any product awarded under this solicitation requires modification, is removed or recalled by the Contractor or manufacturer, or if any required modification, removal or recall is suggested or mandated by a regulatory or official agency, the following steps will immediately be taken by the Contractor or manufacturer:Notify the Contracting Officer, in writing, by the most expeditious manner possible. Provide two copies of the notification which shall include, but not be limited to the following:Complete item description and/or identification, order numbers from customers, and the contract number assigned as a result of an award on this plete item description and/or identification, order numbers from customers, and the contract number assigned as a result of an award on this solicitation.Necessary instructions for return for credit, replacement or corrective action.Necessary instructions for return for credit, replacement or corrective action.Necessary instructions for return for credit, replacement or corrective action.SECURITY REQUIREMENTS The C&A requirements do not apply and a Security Accreditation Package is not required.WARRANTYThe Contractor warrants that the system will be free from defects from materials and workmanship under normal use for a period of not less than one (1) year for equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Contractor shall provide a copy of the written warranty upon delivery of the equipment.The COTR or designated alternate is the Contractor’s reporting and contact official for all service calls required.Warranty repairs shall be completed during normal operating hours.Response Time: Contractor's FSE must respond with a phone call to the COTR or his/her designee within one (1) hour after receipt of telephoned notification. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) without within twenty-four (24) hours of receipt of the first notification or as approved by the COTR. All required repairs shall commence without undue delay.All work shall be performed and equipment shall function in conformance with all VA safety standards, manufacturer's/industry standards, the latest published edition of NFPA 99, FDA, OSHA, JCAHO, ISO 9000, UL and other applicable state, local, national and industry standards. Equipment shall meet the facilities (Electromagnetic Compatibility) for EIC 601-1-2 CE, CSA, ETL Approved to U.L. 2601-1, second edition. The warranty shall include all travel and shipping costs associated with any warranty repair. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download