Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
DOCUMENT

36 -- Whiskey distillery equipment and supplies | 326 - VR&E - Indianapolis - Attachment

Notice Date
5/27/2015
 
Notice Type
Attachment
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V15Q0542
 
Response Due
6/12/2015
 
Archive Date
8/11/2015
 
Point of Contact
Kimberly Tomasi, Contracting Specialist
 
E-Mail Address
kimberly.tomasi@va.gov
(kimberly.tomasi@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government may award the contract as one (in full) or as a multiple award contract. (ii)he solicitation number is VA101V-15-Q-0542 and the solicitation is issued as a request for quotation (RFQ). (iii)) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv)This solicitation is issued as a 100% Small Business set-aside. The Primary North American Industry Classification System (NAICS) code is 333241 and the size standard is 500 employees. (v)This requirement consists of the following line items: CLINDescriptionQtyUnitUnit PriceTotal Price 0001COPPER STILL: The copper still that is required should conform generally to the following specifications: -must be made from 110 cold rolled copper of.25" thickness or greater -must be capable of supporting direct heating with natural gas jet burners of 800,000 BTU/hr -must be able to hold 200+ gallons of wash -seams must be pure copper welded; any bolted joints must have a polytetrafluoroethylene (PTFE/Teflon) gasket -must have a 1" triclamp fill port, a 20" manway, and a 1" waste port with ball valve -must include a condenser with copper coil and water or glycol jacket capable of cooling a flow of 1 gallon per minute of hot distillate (180 F, heat capacity near 100 -must include stainless steel stands to support still and condenser 16" off the ground a. Pacing - must be delivered in August 2015. 1 EA 0002CHARRED NEW OAK BARRELS: One hundred (100) charred new oak barrels with ten (10) gallons of storage capacity each. Rounded barrels with oak staves conforming generally to the following specifications: 12" head diameter, 21.5" stave length, a 1"-1.5" bung hole with bung; has 6 hoops (2 each of head hoops, quarter hoops, and bilge hoops). The interiors of the barrels should be completely charred to a minimum wood depth of 4mm, in what coopers commonly designate as a medium (3/5 or 3/4) char. Toasting is not an acceptable alternative to charring. Barrels must be able to hold water without leakage after soaking. Barrels must arrive fully assembled. b. Pacing - all barrels must be delivered by August 15, 2015. 100 EA 0003BOTTLES: 27 CRF §5.46 defines requirements for standard liquor bottles regarding headspace and general design. Requirement for a minimum of fifteen thousand (15,000) bottles with seven hundred fifty (750) milliliter fill capacity each. Must be made of high-flint glass. Finished weight of each bottle will be 26.0 - 28.0 oz. Dimensions will conform generally to the following specifications: Cylindrical bar top bottle with 8.66" total height, 3.66" diameter, 6.25"-6.76" shoulder, 6.8" from bottom to fill line, 1.625" neck height with a.85" bore diameter,.5" finish, and a heel between.35"-.375". See exhibit A for a sketch. Rated capacity will be 750mL to the fill line; overflow capacity will be 770-790mL. Bottles must be containerized and palletized to allow for shipping and storage. If contractor's container configuration prevents an even fulfillment of 15,000, the contractor will supply the next largest order that conforms to their container configurations. a. Pacing - all bottles must be delivered by August 15, 2015. 15,000 EA 0004LABELS: Minimum of forty-five thousand (45,000) self- adhesive labels, fifteen thousand (15,000) each of a front 4.00" square, a back 4.00" square, and a top.50" x 6.0" rectangle. Label material should be white laid texture paper (Estate #4 or similar) with or without coating and with an adhesive back. 45,000 EA Front and Back labels must come on rolls, alternating Front/Back/Front/Back positioning with the roll orientation to the right of copy. Must be a.125"-.250" gap between labels on the rolls. Label artwork will be delivered in portable document format (.pdf) after award.Other formats are available (Illustrator, Vector) if required by supplier. a. Pacing - labels must be delivered by August 15, 2015. 0005 CORKS: Minimum of fifteen thousand (15,000) corks. Cork dimensions and materials must conform to the following: a.Natural Cork portion must have a diameter of 22.5mm and must be able fit into the bottle's neck at a depth of 22.5mm b.Black, Ribbed Wood Top diameter - 35mm 35mm 22.5mm Pacing - corks must be delivered by August 15, 2015. 15,000 EA 0006RED WHEAT MALT: Requirement for 22,500 lbs (375 bu) of distillers Red Wheat Malt for the production of whiskey. The distillers wheat malt required should conform generally to the following lot analysis specifications: Whole grain kernels, Mealy = 98%, no greater than 2% Thru, Moisture content no greater than 4.0%, protein content 13% ± 2.5, Diastatic power (lintner) of 180, Alpha Amylase content no less than 50, and color (lovibond, șL) no greater than 2.3 șL. The lot should have Extract FG, Dry Basis of 81%, Extract CG Dry Basis of 79% and a total Extract FG/CG Difference of 2.0% 375 BU Red Wheat must be delivered in 50lb bags and palletized to allow for shipping and storage. a. Pacing - grain must be delivered in nine (9) Monthly installment of 2,500 lbs. per month starting in August 2015. 0007DISTILLERS MALT (GRAIN): Requirement for 20,000 lbs (375 bu) of Distillers Malt for the production of whiskey. The distillers malt required should conform generally to the following specifications: Whole grain kernels, 6% Thru, Moisture content 6.0%, protein content 12.6% ± 3.5, Diastatic power (lintner) of 250, and color (lovibond, șL) no greater than 3.5 șL. With the highest Alpha Amylase content available; preferably at 100 or greater. Distillers Malt must be delivered in 50lb bags and palatalized to allow for shipping and storage. a.Pacing - grain must be delivered in eight (8) Monthly installments of 2,500 lbs. each beginning August 2015. 375 BU Total Amount (vi)The following solicitation lists distillery equipment and supplies that have been found to meet the Government's needs. This requirement is being issued per specifications listed in each line item. (vii)Delivery shall be FOB Destination, with all delivery costs as part of the final total amount. The items listed above will be delivered to South Bend, IN., 46619. The full address will be given at the time of award. (viii)Statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix)52.212-2, Evaluation -- Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Products meet or exceed the specifications listed in each line item. 2.Price (x)Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer or ensure it has been completed as part of your SAM.gov registration. (xi)52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii)52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222- 26, 52.222-36, 52.223-18, 52.225-3(ii), 52.225-13, and 52.232-33. (xiii)The following additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) apply to this solicitation: 52.211-6 Brand Name or Equal (Aug 1999); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.211-70 Service Data Manuals (NOV 1984), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 (Contractor Responsibilities (APR 1984), 852.246-70 Guarantee (JAN 2008), 852.246-71 Inspection (JAN 2008). Provisions: 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009), 852.273-74 Award Without Exchanges (JAN 2003). (xiv)The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv)RESPONSES ARE DUE Friday, June 12, 2015 at 8:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Kimberly Tomasi, Contracting Specialist, e-mail: kimberly.tomasi@va.gov. (xvi)Please address questions to Kimberly Tomasi, Contracting Specialist, e-mail: kimberly.tomasi@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V15Q0542/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-15-Q-0542 VA101V-15-Q-0542.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2070086&FileName=VA101V-15-Q-0542-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2070086&FileName=VA101V-15-Q-0542-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: TO BE ANNOUNCED AT TIME OF AWARD;South Bend, IN
Zip Code: 44619
 
Record
SN03743371-W 20150529/150527235354-7d30744fdd6b655573ab0651dba9f431 (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.