Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

35 -- LP GAS OVEN

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
 
ZIP Code
28547-8368
 
Solicitation Number
M6700112Q0381
 
Archive Date
9/29/2012
 
Point of Contact
Thomas Kunish, Phone: 9104517844, Donald R. Tillung, Phone: 9104511595
 
E-Mail Address
Thomas.Kunish@usmc.mil, donald.tillung@usmc.mil
(Thomas.Kunish@usmc.mil, donald.tillung@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a quote which, if timely received must be considered by the agency. The solicitation number M67001-12-Q-0249 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DCN 20100413. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 333319 and the business size standard is 500 employees. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: CLIN 0001 COMBI OVEN, GAS, FULL SIZE Quantity 1 Each CLIN 0002 Certified Installation Quantity 1 Each Installatoin shall occur by September 30, 2012 This is a brand name or equal requirement. Brand name is used as reference only Referenced Brand Name Model: Rational Model No. SCC WE 202G, Rational SelfCooking Center White Efficiency 202. This is a BRAND NAME OR EQUAL procurement. The manufacturer's name, model number and part number in this solicitation have been provided to describe equipment deemed minimally capable of satisfying the Government's requirement. Manufacturer's names, model numbers, and part numbers are provided only to assist potential offerors in understanding the Government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider offers for any brand that fulfills the Government's needs listed below as "salient characteristics". Salient Characteristics Line Item 0001: LP Gas Full Size Combination Oven, with manufactured provided filtration system. The brand name or equal quality standard is the Rational Self Cooking Center White efficiency 202 G. With Standard warranty-2 year parts, labor and travel time during normal working hours. The salient characteristics required are: - cooking appliance for automatically cooking meat, poultry, fish, vegetable, egg dishes, desserts, bakery products and automatic finishes. - Hot air steamer used for most cooking methods, in conjunction with other combination cooking - LP Gas - 208v/60/1ph - Minimum 7 automatic operating modes, with (3) different steamer modes - 5 programming proofing stages - separate solenoid valves for soft and filter water system - Cooking cabinet door made with integral sealing mechanism - USB interface to load food service menus - pan capacity made to fit (20) 18 inch x 25 inch; or (40) 12 inch x 20 inch pans - Maximum rack height 5 ¼ foot - Automatic cleaning and decaling of the steam generator - 5 programmable fan speeds - Integral, maintenance-free grease extraction system with no additional grease filter - Unit door with rear-ventilated double glass panel and hinged inner panel Quantity 1 each Line Item 0002: Installation at Mess hall FC303 (not M455) Installation requires certified chef to provide operators training on unit; all dimensions to be taken from floor lines and be made to fit to existing cooking area. Installation includes providing piping from fresh water supply to combination oven. Survey required to measure water pressure and determine if a pressure regulating valve is required to be installed in the water line. Installation must be made so that the left hand clearance is a minimum of 20" of heat sources on the left side of the unit and allow for serving unit without moving unit; installation must comply with all local electrical, plumbing and ventilation codes. Unit to be installed to common water supply line, all materials and plumbing fixtures to be supplied by vendor. Installation must be completed so as to keep all floor drains cleared and accessible; no external strain is acceptable to be exerted on combination oven. Installer shall be qualified in writing by the Manufacturer and shall have a minimum of 3 years of successful experience in installation of similar projects; and (1) year of current and verifiable installation of experience on a combination oven, before installation date. Local building codes and safety rules and regulations, such as those enforced by camp Lejeune's municipality, and/or Fire Marshal stipulate that only skilled and licensed professional electricians/plumbers are authorized to perform complicated and sophisticated types of electrical work. Applicator must be trained and tested in this area and capable of performing new construction plumbing and wiring. Water Filtration system required for install of this unit, vendor provided- vendor installed. The contractor shall request a site visit for electrical work for Installation at Mess Hall 455. Pick up new equipment at Bld 914. Remove existing equipment and return to return Bld 914 for Government to dispose of. Uncrate new equipment, set in place and connect to existing utilities. Haul removed equipment back to building 914 Louis Road, Camp Lejeune and pick up new equipment and deliver back to MH455. Uncrate, set in place, make ready to complete assembly. Remove and dispose of all packaging debris and materials from site All responsible sources may submit a response which, if timely received, must be considered by the agency. The Government will award the contract to the quoter who represents the lowest price technically acceptable. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, technical specifications, and any questions to thomas.kunish@usmc.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-20 Prohibition of Segregated Facilities; FAR 52.223-3 Hazardous Material Identification and Material Safety Data; 52.222-26 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Fund Transfer; 52.223-18 Contractor Texting. 52.211-6 Brand Name or Equal. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A.) Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.204-7003 Control of Government Personnel Work Product; 252.243-7001 Pricing of Contract Modifications. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors€ TM DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Site Visit Quoters desiring a site visit shall contact Thomas Kunish via e-mail Thomas.Kunish@usmc.mil. Quoters are asked to keep attendees to a minimum, please limit the number of attendees to two (2). The purpose of the site visit will be to visit areas that will require services. To attend the site visit, you must provide the following information via e-mail indicating company name, company representatives, telephone number, number of persons attending, by 4:00 p.m. Eastern Standard Time September 10, 2012. The site visit is schedule for September 11, 2012 at 10:00 a.m. Eastern Standard Time. All questions must be submitted in writing one day from date of the site visit. NOTE: Questions received after that date will not be answered. Following the site visit, the Government will furnish all prospective quoters a set of questions and answers. Regardless of whether or not they attended the site visit. The successful offeror will be required to attend a pre-installation meeting with Food Service Department. Quoters are cautioned that remarks and explanations at the site visit will not change the terms of the solicitation unless the solicitation is amended in writing by the Contracting Officer. The closing date for this solicitation is September 14, 2012 at.4:00 p.m. Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0381/listing.html)
 
Place of Performance
Address: Mess Hall 455, Camp Lejeune, North Carolina, 28540, United States
Zip Code: 28540
 
Record
SN02871356-W 20120908/120907001249-50a9a61cbf0918eb997db67658f3bd57 (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.