Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2014 FBO #4570
SOLICITATION NOTICE

73 -- Salad Bar and Furniture

Notice Date
5/28/2014
 
Notice Type
Presolicitation
 
Contracting Office
761st Tank Battalion, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-14-T-0741
 
Response Due
6/20/2014
 
Archive Date
12/17/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W91151-14-T-0741. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 616382. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-20 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Hood, TX 76544 The MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001: Salad Bar - ISB5863-DC-SC-SSC-LED. 6' Island Salad Bar ? 4? L x 65" D x 53-1/2" H. Includes remote super cold NSF 7 air overflow refrigeration system. Solid surface Corian counter top. Frameless tempered glass sneeze guard, built in sign track, dry storage base, 14 ga stainless steel body. 8 standard 12" x 20" pan capacity. Dry counter with six bowl dispensers adds 38" to length of case. Self contained refrigeration. Upgraded fluorescent lighting to LED lighting package. This salad bar shall be delivered to building 91226., 2, EA; LI 002: 6' Two Level Dessert Bar.6'-0" L x 62-3/4" D x 54" H. Dry display case with Corian countertop, 2 tempered glass over shelves, 14ga stainless steel body. LED lighting package. # ISB5863-DC-SC-SSC-LED. This dessert bar shall be delivered to building 91226., 1, EA; LI 003: Installation.Meet trucks at dining facility, off load Salad Bars, set in place. Compressors and connections to be installed by licensed TX electrician. Dispose of debris in Government supplied dumpster at building 91226., 1, EA; LI 004: 11? In-Line Salad Bar ? 11?- 0? L x 45? D x 53?H. Includes remote super cold NSF 7 air overflow refrigeration system, frameless tempered glass sneeze guard, brilliant interior lighting, built-in sign track, clear end draft control panels, Corian counter tops 14? counter/tray slide, dry storage in base on employee?s side, 14ga stainless steel body, 9 standard 12" x 20" pan capacity. Self-contained refrigeration. 14ga stainless steel body. Sliding rear mirrored doors. Soup bar end - includes 3 soup wells, stainless steel inserts, lids and ladles adds 34" to length of case. This salad shall be delivered to building 39041., 2, EA; LI 005: 5? In-Line Self Service Hot Meal Merchandiser ? 4? ? 10?L x 45? D x 53-1/2?H. Includes stainless steel countertop, built-in sign track, clear end draft control panels, dry storage in base on employee?s side, 14ga stainless steel body, Corian Countertop, 14? counter/tray slide, 3 standard 12" x 20" pan capacity, can be used wet or dry, individual infinite controls on top and bottom heat for each heated pan. 14 ga stainless steel body. 7 1/4" bowl dispensers - 2 per bar. Sliding rear mirrored doors. In-Line Self Service Hot Meal Merchandiser shall be delivered to building 39041., 4, EA; LI 006: 5? Narrow Island Refrigerated Prep Table ? 5? ? 0?L x 40?D x 34?H ? includes remote super cold refrigerated storage in base, 14ga stainless steel body, 14 ga countertop. 14 ga stainless steel body. Self contained refrigeration. This prep table shall be delivered to building 39041., 2, EA; LI 007: 17? Beverage Counter ? 17?-0?L x 30 ??D x 34?H ? includes 4ga stainless steel body and Corian countertop, grommet and cutout locations per customer?s directions. This counter shall be delivered to building 39041., 2, EA; LI 008: Chairs. Bay Area Dining Chair, 15.5" W x 19.5" D x 32" H. Metal frame, constructed with H.D. box channel. Steel back with laser cut logo. Metal frame powder coat: Goldvein. Seat to be FLR- 12 Red. Chairs shall be delivered to building 39041., 200, EA; LI 009: Installation of 200 Chairs. Meet trucks at dining facility, off load 200 chairs, un-carton the chairs and set the chairs in place. Dispose of debris in Government supplied dumpster. At building 39041., 1, EA; LI 010: Head Count Stations, #HQS-245242. Head Count Stations. 24" D x 52" W x 42 " H. Transaction top over hang. Wood sides and front with metal corners for protection. Finish to match dining booths. Kick base, open back. Top with one grommet to match table top. Laminate: Wilsonart - 4725K-52 Milano Brown and vinyl T-mold edge. Head count stations shall be delivered to building 12005., 2, EA; LI 011: 6' Salad Bar ISBN7037-CM-DC-SC-SSC-LED. 6? Narrow Island Salad Bar - 6'-0" L X 54" D x 54" H. Includes remote super cold NSF 7 air overflow refrigeration system. Solid surface Corian countertops. Frameless tempered glass sneeze guards, fluorescent lighting LED light package. Built in sign track, dry storage base. Laminated body and heavy duty protection bumper in colors of your choice. 5 standard 12" x 20" pan capacity, 14 ga stainless steel body. Dry counter with 12 each bowl dispensers add 48" to length of case. Self contained refrigeration. Salad bar shall be delivered to building 12005., 1, EA; LI 012: 8' Salad Bar ISBN9437-CM-DC-SC-SSC-LED. 8' - 0" L X 54" D x 54" H. Includes remote super cold NSF 7 air overflow refrigeration system. Solid surface Corian countertops. Frameless tempered glass sneeze guards, fluorescent lighting LED light package. Built in sign track, dry storage base. Laminated body and heavy duty protection bumper in colors of your choice. 6 standard 12" x 20" pan capacity, 14 ga stainless steel body. Self contained refrigeration. Dry counter with 2 each 11 quart soup warming wells, stainless steel inserts, lids and ladles, 3 each bowl dispensers - adds 26" to the length of the case. Salad bar shall be delivered to building 12005., 1, EA; LI 013: 10? Salad Bar ISBN 11837-CM-SC-SSC-LED. 10 ' - 0" L x 54" D x 54" H. Includes remote super cold NSF 7 air overflow refrigeration system. Solid surface Corian countertops. Frameless tempered glass sneeze guards, self - contained refrigeration, fluorescent lighting LED light package. Built in sign track, dry storage base. Laminated body and heavy duty protection bumper in colors of your choice. 8 standard 12" x 20" pan capacity, 14 ga stainless steel body. Salad Bar shall be delivered to building 12005., 1, EA; LI 014: 14' Beverage Counter BC16837-SSC. 14' - 0" x 11' L x 37" D x 34" H Beverage station. Includes 14 ga, stainless steel body with solid surface Corinan countertops, grommets and cutout locations per customer?s directions. Beverage counter shall be delivered to building 12005., 1, EA; LI 015: 11' - 3" Beverage Counter BC13642-SSC. 11' - 3" L x 42" D x 34 "H Beverage station. Includes 18 ga, stainless steel body with solid surface Corian countertops, grommets and cutout locations per customer?s directions. Beverage Counter shall be delivered to building 12005., 1, EA; LI 016: 6' Appliance Counter AC7230-SSC. 6' - 0" L x 30" D x 42" H includes 14 ga stainless steel body solid surface countertop. Grommets and cut out locations per customer?s direction. Appliance counter shall be delivered to building 12005., 1, EA; LI 017: Bar Height Tables, #T-BH-3648. 1-1/4" x 36" x 48" Bar height tables with Premium laminate/t-mold edge. (2) qty. 5" x 22" bases bar height. On the level Hydraulic glides. Laminate: 1822K-35, Vinyl T-mold edge. Bar Height Tables shall be delivered to building 12005., 5, EA; LI 018: Dining Height Tables #T-DH-3648. 1-1/4" x 36" x 48" Dining height tables with Premium laminate/t-mold edge. (2) 5" x 22" black bases - dining chair height. On the level Hydraulic glides. Laminate: Wilsonart Bella Capri 1822K-35, Vinyl T-mold edge. Dining Height Tables shall be delivered to building 12005., 39, EA; LI 019: Dining Height Tables for Booths #T-DH-3648. 1-1/4" x 36" x 48" Dining height tables with premium laminate/t-mold edge. (2) qty. 5" x 22" black bases table height for booths. On the level Hydraulic glides. Laminate: Wilsonart Bella Capri 1822k-35, Vinyl T-mold edge. Dining height tables shall be delivered to building 12005., 7, EA; LI 020: Round Bar Height Tables #R36-BH. 1-1/4" x 36" round Premium Laminate/t-mold edge. 22" disc bar height black bases. On the level Hydraulic glides. Laminate: Wilsonart Bella Capri 1822K-35, Vinyl T-mold edge. Round bar height tables shall be delivered to building 12005., 6, EA; LI 021: Single Wood Booths with Spring Seats. 36" H x 48" L x 25" D. Wood Booths with upholstered seats. Crumb clean outs. Frame and exposed wood to be solid Maple and 3/4" plywood, (no MDF). Backs and both sides fully finished. Mounted on a base box with black toe kick. Seat vinyl: FLR-31-Tabasco. Stain on wood to be natural #10-M # SB-VS-364825, Cherry body, #SB-VS-364825. Single wood booths shall be delivered to building 12005., 2, EA; LI 022: Double Wood Booths w/ Spring Seats. 36" H x 48" L x 50" D Wood Booths with upholstered seat. Crumb cleanouts. Frame and exposed wood to be solid Maple and 3/4" plywood. (no MDF). Backs and both sides fully finished. Mounted on base box with black toe kick. Seat Vinyl: FLR-31-Tabasco. Stain on wood to be Natural #10-M, #DBB-VS-364850. Double wood booths shall be delivered to building 12005., 6, EA; LI 023: Western Wrangler Chair Model #MWB-US-07021948. 17.5" W x 19.5" D x 32" H. Maple Wood back with burnished Transportation Corp logo on maple - Natural Finish. H.D. Box channel steel, avocado powder coat finish. Vinyl upholstered seat to be: FLR-Tabasco. Feet to be non-marring glides. Required: Chair will only be accepted with added front stretcher which adds 250. Chairs shall be delivered to building 12005., 156, EA; LI 024: Western Wrangler Bar Stool Model #BSMWB-US-07021948. 17.5" W x 19.5 D x 42" H. Maple wood back with burnished Transportation Corp logo on maple. HD Box channel steel, Sand Tex Black, powder coat finish. Vinyl upholstered seat to be: Vinyl: FLR-31-Tabasco. Feet to be non-marring glides. Bar stools shall be delivered to building 12005., 46, EA; LI 025: Installation. Meet trucks at dining facility, off load trucks. Install salad bars and beverage stations, compressors to be installed by licensed TX electrician, connected and set in place. Off loading furniture from trucks, un-carton chairs, set in place. Assemble bases and tables and set the bases and tables in place. Set booths and headcount stations in place. Dispose of debris in Government supplied dumpsters. Does not include set up and installation of beverage machines. The installation is at building 12005., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Hood intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Hood is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 722514 with the related size standard of 25.5M dollars. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote non-responsive. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov Proposed responders must submit any questions concerning this solicitation before 9 June 2014, 3:00 p.m. ET to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91e062bc345956de31db709e152918a0)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN03377687-W 20140530/140528234822-91e062bc345956de31db709e152918a0 (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.