SOLICITATION NOTICE
73 -- Dishwasher (Clipper) for Dining Facility Dyess AFB - RFQ
- Notice Date
- 8/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
- ZIP Code
- 79607-1581
- Solicitation Number
- F1R37P3199A001
- Archive Date
- 9/6/2013
- Point of Contact
- Chad L. Koetter, Phone: 325-696-4429
- E-Mail Address
-
chad.koetter@dyess.af.mil
(chad.koetter@dyess.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote Document- Please submit quotations utilizing this form. This is a combined synopsis and solicitation for the following commercial items for Dyess AFB, TX: CLIN 0001: Purchase and Install Conveyor type dishwasher (Clipper) one (1) each to include the following: Dishwasher: 1-ea Conveyor Dishwasher: to include two (2) tank with a Power Scrapper, 342 racks/hour, insulated hinged doors,.39 gallon/rack, SST enclosure panels, with low temperature & dirty water indicators, ENERGY STAR preferred, 208/60/3V, Electric Rinse Water Heater, 15K Elec Tank HT 15KW Wash/10KW Rinse, Right to left operation, standard height, standard feet, two (2) ea - E-series vent hood domestic, one (1) ea - Switch Table LMT switch one (1) ea- Booster Heater: Booster Heater requirements- Natural gas, 4.75 gal storage capacity, blended phosphate water treatment system, low water cut-off, temp./pressure relief valve, pressure reducing valve, (2) temp./pressure gauges, indicator light & on/off switch, s/s tank & front, painted body & legs, 195,000 BTU, 120v/60/1 1-ea Clean Dish Table: L-shaped dish table - To measure (108" x 30") x (145-1/2" x 30") x 34" High 16 gauge stainless steel Top with an 8" back splash. Unit to include a 26" long, quick drain trough with 1" drain and removable scrap basket. No under shelf. Unit to support a 1-5/8" diameter stainless steel legs and cross bracing with adjustable feet. Table to include one field welded seam. Crating for shipping included CLIN 0002: Installation one (1) each: Receive and inspect the new dishwasher for damage, deliver to the dining facility, disconnect and remove the existing dishwasher to the loading dock, cut existing soiled dish table at the sink and manufacture a stainless steel bridge to the new dishwasher, uncrate and move the new dishwasher into the room, assemble, field weld and polish clean dish table, make connections to the existing utilities including the existing booster heater in the mechanical room, start-up and make ready for final use. Labor and materials required to make the ventilation system operational. The price does not include any modifications to the existing duct work. All existing utilities will be reused. CLIN 0003: Purchase and installation of Water Softener one (1) each to be used with Conveyor type dishwasher: Commercial compact water softener. Water is filtered to NSF 42 & 53 standards for particulate, chlorine, chloramine, taste, and odor using replaceable cartridge filtration. Softener will remove hardness to less than 1/2 gpg. when operated in accordance with the operating instructions. The system includes two tanks. This duplex configuration operates with one tank on-line during service. During regeneration cycles, one tank provides water to service and to the regenerating tank. A water meter initiates system regeneration. The water meter measures the processed volume and is adjustable. Service flow is down-flow and regeneration flow is up-flow, and installation of water softener to be used in conjunction with the Conveyor type dishwasher This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ F1R37P3199A001. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price technically acceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is being issued as a 100% Small business set-aside. North American Industrial Classification Standard 333318, size standard of 1000 employees, applies to this procurement. FOB: Destination for delivery to 7 FSS, Longhorn Dining Facility 490 Ave B, BLDG 6132, DYESS AFB, TX 79607-1581. The provisions that apply to this solicitation are as follows: • FAR 52.252-1, Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil (End of Provision) • FAR 52.212-1, Instructions to Offerors-Commercial • FAR 52.212-3, Offeror Representations and Certificates (Include a completed copy with RFQ) • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-25, Affirmative Action Compliance • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials The clauses that apply to this solicitation are as follows: • FAR 52.252-2, Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil (End of Provision) • FAR 52.212-4, Contract Terms and Conditions-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited) • FAR 52.222-3, Convict Labor • FAR 52.222-19, Child Labor • FAR 52.222-21, Prohibition of Segregated Facilities • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers with Disabilities • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving • FAR 52.225-3, Alt 1, Buy American Act -- Free Trade Agreements -- Israeli Trade Act • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-1, Payments • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.232-11, Extras • FAR 52.233-1, Disputes • FAR 52.233-3, Protest after Award • FAR 52.233-4, Applicable Law for Breach of Contract Claim • FAR 52.246-1, Contractor Inspection Requirements • FAR 52.247-34, F.o.b. Destination • FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) • FAR 52.253-1, Computer Generated Forms • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7008, Export-Controlled Items • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7001, Buy American and Balance of Payments Program • DFARS 252.227-7015, Technical Data-Commercial Items • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea • AFFARS 5352.201-9101, OMBUDSMAN • AFFARS 5352.223-9001, Heath and Safety on Government Installations • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) • AFFARS 5352.242-9000, Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 19 August 2013. All quotes must be faxed to 325-696-4078 attn: SSgt Chad Koetter or via email to chad.koetter @dyess.af.mil. For any questions call 325-696-4429. Quotes are required to be received no later than 02:00 PM CST, Thursday, 22 August 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R37P3199A001/listing.html)
- Place of Performance
- Address: Longhorn Dining Facility, 490 Ave B, Dyess AFB, Texas, 79607, United States
- Zip Code: 79607
- Zip Code: 79607
- Record
- SN03147507-W 20130815/130814000006-acad1548e89aa419b5877fa6ff316780 (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 |