Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

73 -- GALLEY EQUIPMENT

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6146314RC013FN
 
Response Due
9/8/2014
 
Archive Date
3/7/2015
 
Point of Contact
Name: Trevor Dorsey, Title: Contract Specialist, Phone: 7574431383, Fax: 7574431424
 
E-Mail Address
andrew.dorsey@navy.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: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 N6146314RC013FN and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. 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 unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-08 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Norfolk Naval Station Norfolk, VA 23511 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001: KETTLE Brand Name or Equal to: Legion, Model LT-80. Salient Characteristics: Stationary Direct Steam Kettle, 80-gallon, 316L s/s liner, 2/3 jacket, 2" draw-off valve with perforated hole strainer, actuator-assisted cover, s/s construction, (3) legs with adjustable flanged feet, 30 psi. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 12, EA; LI 002: STATIONARY STEAM KETTLE GAS 20-GALLON Brand Name or Equal to: Soaris Steam Model GL-20E-K. Salient Characteristics: Stationary Steam Kettle, Gas, 20-gallon capacity 2/3 jacketed manual controls thermostat with temperature range 165 F to 275 F indicator light 2 tangent draw off valve hinged cover type 316 liner electronic ignition cooking light pressure gauge pressure relief valve gas shut off valve 6 legs fitted with flanged adjustable feet stainless steel 100000 BTU. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 6, EA; LI 003: ICE MAKER 562 LB & 536 LB BIN Brand Name or Equal to: Scotsman Model C0530MW-B530P. 30L X 34W (IN), Scotsman C0530MA cube style water-cooled ice maker. Produces up to 562 pounds of ice per day and is paired with a storage bin with a 536 lb or greater capacity. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 20, EA; LI 004: GRIDDLE, ELECTRIC, 48"" WIDE Brand Name or Equal to: Accutemp, Model EGF2083B4800-T1. Steam Griddle, table top, electric, 48" x 24" grill area, 8 gage. 304 s/s cooking surface, solid state thermostat, minimum of 4" grease trough, 14 gage. s/s cabinet, 4' Legs 208/60/3ph, 9.6kw, 26.8amps, 5' cord & NEMA 15-50P plug, ENERGY STAR. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 13, EA; LI 005: HEAVY DUTY SLICER, AUTOMATIC, 13" Brand Name or Equal to: Hobard, Model HS7N-1. Salient Characteristics: Heavy Duty Slicer, automatic, 13" Clean Cut T knife, burnished finish, (3) stroke lengths and (4) stroke speeds, removable meat grip assembly, removable ring guard cover, single action top mounted sharpener with Borazon T stones, cleaning kickstand, 5.6amps, 120v/60hz/1-ph. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 10, EA; LI 006: DISPOSAL, 7 1/2 HP 3 PHASE Brand Name or Equal to: Hobart Model C712P-R. Salient Characteristics: 1L X 1W (IN), 7 1/2 HP 3 PHASE. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 10, EA; LI 007: MILK DISPENSER Brand Name or Equal to: Silver King Model SKMAJ2/C3. Salient Characteristics: 40L X 26W (IN), Milk Dispenser, refrigerated, accommodates 3, 5 or 6 gallon bags with two platforms and shipboard legs, double valve, adjustable temperature control, stainless steel exterior & interior, 1/10 hp. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 25, EA; LI 008: REFRIGERATOR, BLACK Brand Name or Equal to: G4SM-23-PT BLACK FINISH True Model Salient Characteristics: 31L X 38W (E8), Glass Door Refrigerator One Door, Pass Through w/Four Adjustable White Shelves. Black finish. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 12, EA; LI 009: GLASS DOOR REFRIGERATOR, CHERRY Brand Name or Equal to: True Model G4SM-23-PT CHERRY. Salient Characteristics: 31L X 38W (E8), Glass Door Refrigerator One Door, Pass Through w/Four Adjustable White Shelves. Cherry finish. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 12, EA; LI 010: ICE MACHINE MODULAR CUBER Brand Name or Equal to: Scotsman Model CME506AS-1H. Salient Characteristics: Scotsman CME506AS-1H Ice Machine with 420lb Capacity Bin 115volts, 1 Phase, 60hz. Air-cooled, Self-contained condenser, Approximately 500-lb production per 24 hours, Stainless steel finish. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 18, EA; LI 011: AIR CURTAIN Brand Name or Equal to: Mars-Air Doors, Model NH48-1UA-BG. Salient Characteristics: Air Curtain Type: Multipurpose, NSF 37 Max. Door Width (Ft.): 4 Max. Interior Mounting Height (Ft.): 7 Max. Mounting Height (Ft.) 7 Air Volume (CFM) : 4000 Air Velocity (FPM) : 4000 DBA @ 10 Feet : 70 Voltage : 115 Hz : 60 Phase : 1 Max. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 25, EA; LI 012: FOOD MIXER Brand Name or Equal to: SRM20. Salient Characteristics: Food Mixer, countertop, 20-qt. capacity, variable speed drive, removable Swing Ring safety guard, stainless steel bowl, batter beater, wire whip & dough hook, 1/2 HP. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved. Extract, Transform and Load (ETL) upon award., 10, EA; LI 013: GRIDDLE, COUNTER UNIT, GAS Brand Name or Equal to: Accutemp Model PGF1201A3600-S2. Salient Characteristics: Steam Griddle, includes stand with casters, LP gas, 36"W, 1017 sq.in. cooking area, 8 gage. 304 stainless steel cooking surface, solid state thermostat, minimum of 4" grease trough, 14 gage. stainless steel cabinet, 70,000 BTU, 120v/60/1phase with cord & plug. Equipment must be National Sanitation Foundation (NSF) and Underwriters Laboratories (UL) approved., 2, 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, FLC - Norfolk 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. ***FAR AND DFARS CLAUSES INCORPORATED BY REFERENCE AND INSTRUCTIONS TO OFFERORS AND EVALUATION CRITERIA ARE ATTACHED.*** This requirement is in accordance with FAR subpart 13.5 & Test program for Certain Commercial Items of the Clinger Cohen Act of 1996. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 333318 and the Small Business Standard is 1,000 employees. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) System for Award Management
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6146314RC013FN/listing.html)
 
Place of Performance
Address: Norfolk Naval Station Norfolk, VA 23511
Zip Code: 23511
 
Record
SN03472477-W 20140822/140820235512-24bbec2c51205d01d676097f0945ba8f (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.