SOLICITATION NOTICE
73 -- Portable Meat Conveyers
- Notice Date
- 8/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1300 E Ave, Fort Lee, VA 23801
- ZIP Code
- 23801
- Solicitation Number
- HQCKL141782500000
- Response Due
- 8/12/2014
- Archive Date
- 2/8/2015
- 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
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is HQCKL141782500000 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 335221 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DECA Fort Lee requires the following items, Brand Name or Equal, to the following: LI 001: Item Description: Portable Meat Conveyer Requested Item: Dorner 7400 Series or equal Size: Conveyer shall be approximately 72 inches long and have an approximately 6 inch wide convey path. Dimensional sizes for the conveyor length and width will be determined acceptable so long as they do not vary by more than 2 inches from the specified measurement. The high end of the conveyor shall be manually adjustable from approximate height of 35 inches to approximate height of 39 inches(measured from floor level to conveyor belt surface at leg). The low end of the conveyor shall be manually adjustable from approximate height of 24 inches to approximate height of 28 inches(measured from floor level to conveyor belt surface at leg). Expected life span shall be 8 years or more with basic maintenance. Conveyor shall be equipped with the following: Flush grid belts with frictional inserts for incline operations. Fully enclosed motor, impervious to water wash down. Wheeled for portability. Automatic belt tensioning system. Belt speed geared approximately to 58 feet per minute. Fractional HP motor horizontally mounted, not to exceed 1/2 hp. Mounted water-tight enclosure with start / stop buttons and motor starter. Stainless steel construction. Sealed bearings. Electrical Requirements: Standard USA electrical specification: 120 Volt, 60 Hertz, 1 phase, approx. 9 ampere draw. Electrical cord should be a minimum of 6 foot and equipped with a NEMA 5-15P water-tight plug. Other Minimum Requirements: Continued parts support for equipment is required for the projected total life cycle of the equipment plus 5 years. Industry Standards: Underwriters Laboratory (UL) listed, National Sanitation Foundation (NSF) certification, or equivalent Unit must be shipped ready to plug in and use. The motor, start/stop buttons, starter, and power cord connections are required to be pre-wired, and the unit operationally tested before delivery to store. Contractor shall furnish the following information to the commissary at time of delivery: Warranty information and POC for warranty service, Installation and Operating Instructions, Parts List. Shipping address for this item will be as follows: McClellan AFB Commissary 5507 DUDLEY BLVD MCCLELLAN,CA 95652-1130, 1, EA; LI 002: Item Description: Portable Meat Conveyer Requested Item: Dorner 7400 Series or equal Size: Conveyer shall be approximately 72 inches long and have an approximately 6 inch wide convey path. Dimensional sizes for the conveyor length and width will be determined acceptable so long as they do not vary by more than 2 inches from the specified measurement. The high end of the conveyor shall be manually adjustable from approximate height of 35 inches to approximate height of 39 inches(measured from floor level to conveyor belt surface at leg). The low end of the conveyor shall be manually adjustable from approximate height of 24 inches to approximate height of 28 inches(measured from floor level to conveyor belt surface at leg). Expected life span shall be 8 years or more with basic maintenance. Conveyor shall be equipped with the following: Flush grid belts with frictional inserts for incline operations. Fully enclosed motor, impervious to water wash down. Wheeled for portability. Automatic belt tensioning system. Belt speed geared approximately to 58 feet per minute. Fractional HP motor horizontally mounted, not to exceed 1/2 hp. Mounted water-tight enclosure with start / stop buttons and motor starter. Stainless steel construction. Sealed bearings. Electrical Requirements: Standard USA electrical specification: 120 Volt, 60 Hertz, 1 phase, approx. 9 ampere draw. Electrical cord should be a minimum of 6 foot and equipped with a NEMA 5-15P water-tight plug. Other Minimum Requirements: Continued parts support for equipment is required for the projected total life cycle of the equipment plus 5 years. Industry Standards: Underwriters Laboratory (UL) listed, National Sanitation Foundation (NSF) certification, or equivalent Unit must be shipped ready to plug in and use. The motor, start/stop buttons, starter, and power cord connections are required to be pre-wired, and the unit operationally tested before delivery to store. Contractor shall furnish the following information to the commissary at time of delivery: Warranty information and POC for warranty service, Installation and Operating Instructions, Parts List. Shipping address for this item will be as follows: Fort Eustis Commissary 1382 Lee Blvd Fort Eustis, VA 23604-5542, 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, DECA Fort Lee 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DECA Fort Lee is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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 52.212-3, 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, 52.222-36, 52.223-18,52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following provisions/clauses from the Defense Federal Acquisition Regulation Supplement (DFARS), which are incorporated herein by reference: 252.203-7000, 252.204-7003, 252.204-7004 Alt A, 252.204-7012, 252.209-7994, 252.225-7000, 252.225-7001, 252.225-7002, and 252.247-7023 Alt III. The full text of the referenced DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/vfdfara.htm. The NAICS Code for this requirment is 333241 and the small business size standard is 500 employees. 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 52.212-3, 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/. In accordance with FAR 52.211-6, the Contracting Officer is accepting quotations for equal items. An equal item is defined as an item possessing the salient physical, functional, and performance characteristics of the requested item. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HQCKL141782500000/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN03456228-W 20140809/140808000322-39ad349c32e5813ed419fd5e3ea06454 (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 |