SOLICITATION NOTICE
35 -- Self Cooking Center
- Notice Date
- 9/15/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423440
— Other Commercial Equipment Merchant Wholesalers
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N68836-07-R-0069
- Response Due
- 9/18/2007
- Archive Date
- 10/3/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N68836-07-R-0069 applies and is as a Request for Proposal. This requirement was formally advertised of GSA E-Buy?s website. Pricing obtained from RFQ240495 revealed open market pricing is more advantageous to the Government. Therefore, the Government intends to make single award to the eligible, responsible offeror whose offer is the lowest price technically acceptable on 18 Sep 07. If other proposals are received by 4 p.m. EST on 18 Sep 07, they will be considered. This procurement is being solicited as a 100% Small Business Set-Aside. This announcement constitutes the request for the required material under RFP N68836-07-R-0069. The North American Industry Classification System (NAICS) Code is 423440; and the Small Business Size Standard is 100 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. A firm fixed-price contract is contemplated. CLIN 0001 is for RATIONAL Model No. SCC 202, QUANTITY 4 EACH SelfCooking Center, full-size, ELECTRIC, SelfCooking control w/7 modes for cooking roasts, pan fries, side dishes, fish, poultry, potato products, and for automatic finishing. Combi-Steamer w/3 modes, for steaming, hot air, combi-steaming . Units shall be equipped with high performance fresh steam generator, clear control panel with pictograms, core temperature probe with 6 measuring points, Sensor-controlled cabinet humidity, Automatic cleaning system, Seamless hygienic cooking cabinet with rounded corners, Integral, maintenance-free grease extraction system, Halogen cooking cabinet lighting, Automatic vapor quenching, Humidifying function, Rear-ventilated double glass doors, Door handle with slam function, Mobile oven rack with locking both sides, All-round heat insulation, Integral hand shower with infinitely variable regulation, automatic retracting . HACCP data memory and output via integral USB interface. Each Combi-Steamer must be clear of all external sources of heat. The Self Cooking Center unit cooks with hot air and pressureless steam ? singular, sequentially and in combination. (20) 18"x26" or (40) 12"x20" pan cap. Electrical connection: 480 volts, 96 amps, three phrase. Dimensions: Width: 42 3/4?, Height: 70 1/4", Depth: 39 1/4? Water connection: 3/4? NPS for 1/2? pressure hose. Drain connection: 2? (50 mm) O.D. (outside diameter), Non-threaded stainless outlet CLIN 0002 is for RATIONAL Model No. SCC 202 G, QUANTITY 4 EACH SelfCooking Center, full-size, GAS, SelfCooking control w/7 modes for cooking roasts, pan fries, side dishes, fish, poultry, potato products, and for automatic finishing. Combi-Steamer w/3 modes, for steaming, hot air, combi-steaming Units shall be equipped with high performance fresh steam generator, clear control panel with pictograms, core temperature probe with 6 measuring points, Sensor-controlled cabinet humidity, Automatic cleaning system, Seamless hygienic cooking cabinet with rounded corners, Integral, maintenance-free grease extraction system, Halogen cooking cabinet lighting, Automatic vapor quenching, Humidifying function, Rear-ventilated double glass doors, Door handle with slam function, Mobile oven rack with locking both sides, All-round heat insulation, Integral hand shower with infinitely variable regulation, automatic retracting . HACCP data memory and output via integral USB interface. Each Combi-Steamer must be clear of all external sources of heat. The Self Cooking Center unit cooks with hot air and pressureless steam ? singular, sequentially and in combination. (20) 18"x26" or (40) 12"x20" pan cap. Natural gas/LPG liquid gas: Max. rated thermal load: 240.000 BTU/240.000 BTU (64 kW/67 kW) Hot air: 240.000 BTU/240.000 BTU (64 kW/67 kW) Moist heat: 191.000 BTU/191.00 BTU (51 kW/53 kW). ? Dimensions: Width: 42 3/4?, Height: 70 1/4", Depth: 39 ?? Water connection: 3/4? NPS for 1/2? pressure hose. Drain connection: 2? (50 mm) O.D. (outside diameter), Non-threaded stainless outlet The location for Delivery is: Bldg 3900, NAS Pensacola, 2 Taylor Rd., Pensacola, FL 32508 The following FAR provisions and clauses apply to this solicitation and are incorporated DFAR AND FAR clauses In by Reference: 52.202-1 Definitions JUL 2004 52.204-4 Printed Or Copied Double-Sided On Recycled Paper AUG 2000 52.204-6 Data Universal Numbering System (Duns) Number OCT 2003 52.204-7 Central Contractor Registration JUL 2006 52.204-9 Personal Identity Verification Of Contractor Personnel NOV 2006 52.211-6 Brand Name Or Equal AUG 1999 52.212-1 Instructions To Offerors--Commercial Items SEP 2006 52.212-3 Offeror Representations And Certification--Commercial Items NOV 2006 52.212-4 Contract Terms And Conditions--Commercial Items SEP 2005 52.246-17 Warranty Of Supplies Of A Noncomplex Nature JUN 2003 52.247-34 F.O.B. Destination NOV 1991 252.204-7000 Disclosure Of Information DEC 1991 252.204-7006 Billing Instructions OCT 2005 252.209-7001 Disclosure Of Ownership Or Control By The Government Of A Terrorist Country OCT 2006 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country DEC 2006 252.212-7000 Offeror Representations And Certifications- Commercial Items JUN 2005 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items JAN 2007 252.225-7000 Buy American Act--Balance Of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act And Balance Of Payments Program JUN 2005 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES IN FULL TEXT: 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. Within 52.212-5, the following clause apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2006) 252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. Within 52.212-5, the following clause apply: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7012, Preference for Certain Domestic Commodities (JAN 2007) (10 U.S.C. 2533a). 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) (10 U.S.C. 2533a). 252.225-7021, Trade Agreements (NOV 2006) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). 252.232-7010 LEVIES ON CONTRACT PAYMENTS (SEP 2005) NBZ038 SUPPLY CLAUSES The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil PROHIBITED PACKING MATERIALS The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. MARK FOR ADDRESS Vendors are required to include the Order Number as part of the shipping address. (Block 2 ?Delivery Order Number? of Form DD 1155 or Block 2 ?Contract Number of SF 1449). FREEDOM OF INFORMATION ACT (FOIA) UNIT PRICES Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. INVOICE NUMBER In accordance with Title 5 of the Code of Federal Regulation (CFR), Part 1315, Prompt Payment, Final Rule, a vendor's invoice number (account number and/or any other identifying number agreed to by contract) is now required for a proper invoice. INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES Invoices for supplies rendered under this Task, Purchase or Delivery Order shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF): The vendor shall self-register at the web site https://wawf.eb.mil. One or more separate invoices will be prepared per Task, Purchase or Delivery Order. Do not combine the payment claims for supplies provided under this contract ordered through multiple Task, Purchase or Delivery Orders within one invoice. Select the Create Invoice And Receiving Report combo within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report combo prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. Back up documentation (such as delivery receipts, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. The following information regarding Fleet and Industrial Supply Center Jacksonville, Fleet and Industrial Supply Center Jacksonville is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N68836 Admin DODAAC: N68836 Acceptor DODAAC: N00204 LPO DODAAC: N00204 Pay DODAAC: N68732 The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. For more information on Wide Area Workflow, please contact the Wide Area Workflow Implementation Team at (800) 559-9293. WARRANTY The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of _____. (Offeror is to insert number)." LOW COST TECHNICALLY ACCEPTABLE EVALUATION The contract resulting from this solicitation will be awarded to the responsible offeror submitting a technically acceptable proposal with the lowest evaluated estimated price. Technical acceptability will be determined in accordance with the following evaluation factors and significant subfactors. To be determined technically acceptable, the offeror must be technically acceptable in each of the areas identified by the following evaluation factors and significant subfactors: EVALUATION FACTORS FACTOR (1): Technical Capability Technical capability will be determined solely on the content and merit of the information submitted in response to this request. Therefore, it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the product capabilities of the contractor. The contractor must be able to meet or exceed the specifications of all items set forth above. Additionally, they must be able to complete installation in accordance with the Specifications. Subfactor: Past Performance Past performance information considered by the Government for the offeror's performance as a prime Contractor and/or subcontractor and the performance of its key management personnel may include the following areas: Quality of products or services, Timeliness, Business Relationships and Customer Satisfaction. In their proposals offerors shall include reference information as indicated in the Contractor Performance Data Sheet. Offerors shall provide information on three previous Government contracts whose effort was relevant to the effort required by this solicitation; the contracts provided shall have been performed within the last three years. The Government may evaluate an offeror's past performance on less than the maximum possible number of references. If the offeror has not had three Government contracts within the last three years, information on relevant subcontracts and/or commercial contracts may be submitted instead (the information must be clear whether the work by the offeror was done as a prime contractor or a subcontractor). Offerors who describe similar contracts and subcontracts shall provide a detailed explanation demonstrating the provide all of the information specified. The Government reserves the right to consider questionnaires received after the closing date of the solicitation and to contact references for verification of information. The Government may verify past performance information. The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to Contractor Performance Assessment Reporting System (CPARS) and the Past Performance Information Retrieval System (PPIRS). The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the Offeror. The burden of providing thorough and complete past performance information remains with the Offeror. EVALUATION CRITERIA Acceptable - The company?s performance was satisfactory and you would consider doing business with them again. There were minor performance problems which were satisfactorily corrected Unacceptable - The company?s performance was entirely unsatisfactory and you would not do business with them again under any circumstances. There were serious performance issues with the contractor for which the contractor?s corrective actions were ineffective. Neutral - No record exists. NOTE: For statements indicating ?Unacceptable,? please provide an explanation in the comments section of the survey. FACTOR (2): Price: The Price Proposal shall cover all aspects of the proposed effort. Include all price elements applicable to the proposed effort. Since adequate price competition is anticipated in response to this announcement, certified cost or pricing data is not required. INSTRUCTIONS: All questions will be email or faxed to the contracting officer at tisa.clark@navy.mil. Quotes shall contain the following: 1. Pricing information for supplies that meet the specifications. FOB Destination is required. 2. Technical ? Identify proposed supplies to meet specification and provide sufficient technical literature, pictures, diagram, drawing and descriptive literature/documentation, in order for the Government to make an adequate technical assessment of the product capabilities of the contractor. Submit the name of the manufacturer you are quoting and if requested delivery date can be met. 3. Offerors shall provide past performance information for (3) three current contracts for the same or similar effort required by this solicitation Include this information in your quote: 1. Contractor Address/Phone number/Email 2. Cage/Duns Number and respond if vendor is registered in ORCA 3. Pricing for each line item. Delivery TAT 4. FAR 52.212-3 APPLIES AND MUST BE FILLED IN AND SENT IN WITH THE PROPOSAL 5. DFAR 252.212-7000 APPLIES AND MUST BE FILLED IN AND SENT IN WITH THE PROPOSAL 6. Submit salient characteristics 7. Contractor Performance Data Sheet Contact the contracting officer to obtain Past Performance Data Sheet and Survey at tisa.clark@navy.mil. In their proposals offerors shall include reference information as indicated in the Contractor Performance Data Sheet. Offerors shall provide information on three previous Government contracts whose effort was relevant to the effort required by this solicitation; the contracts provided shall have been performed within the last three years. The Government may evaluate an offeror's past performance on less than the maximum possible number of references. If the offeror has not had three Government contracts within the last three years, information on relevant subcontracts and/or commercial contracts may be submitted instead (the information must be clear whether the work by the offeror was done as a prime contractor or a subcontractor). Offerors who describe similar contracts and subcontracts shall provide a detailed explanation demonstrating the provide all of the information specified. In addition to the information requested above, offerors shall send a "Contractor Performance Evaluation Survey? to each reference it lists on their past performance data sheet. This survey will be filled out by the offeror?s references and submitted via email DIRECTLY to the Contracting Officer at tisa.clark@navy.mil. The Government may consider questionnaires received after the due date of the solicitation. The Government reserves the right to contact references for verification or additional information. The Government may verify past performance information. The Government may contact some or all of the references provided, as appropriate, and may collect information through questionnaires, telephone interviews and existing data sources to include but not limited to Contractor Performance Assessment Reporting System (CPARS) and the Past Performance Information Retrieval System (PPIRS). All vendors responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov. Proposals must be in writing and may be faxed, electronically via e-mail or mailed to: Fleet and Industrial Supply Center Jacksonville, attn: Tisa Clark, 110 Yorktown Ave, bldg 110, 3rd Floor, NAS Jacksonville, FL 32212. Fax: (904) 541098, Telephone: (904)542-1248, Email: tisa.clark@navy.mil.
- Record
- SN01408753-W 20070917/070916070122 (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 |