Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
MODIFICATION

73 -- Kitchen Equipment and Appliances

Notice Date
7/6/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert St., Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6110815RC005FN
 
Response Due
7/15/2015
 
Archive Date
1/11/2016
 
Point of Contact
Name: Riquelme Torres-Aviles, Title: Contract Specialist, Phone: 7574431961, Fax:
 
E-Mail Address
riq.torres@navy.mil;
 
Small Business Set-Aside
Total Small Business
 
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 N6110815RC005FN 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 2005-82. 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 quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-07-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Norfolk, VA 23511 The FLC - Norfolk requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: VULCAN VC44GD Convection Oven or Equal, LP Gas (specify elevation if over 2,000 ft.), double-deck, standard depth, solid state controls, electronic spark igniters, 8" high legs, stainless steel front, top and sides, stainless steel doors with windows, 44,000 BTU each section, 220V/50/60/1PH per deck, Stainless steel legs, standard, 4, EA; LI 002: VULCAN K60GL Stationary Kettle or Equal, LP Gas (specify elevation if over 2,000 ft.), 60-gallon true working capacity, 2/3 jacketed, Ellipsoidal bottom design, spring assist cover with condensate ring, 2" compression draw-off valve with perforated strainer, faucet bracket, stainless steel construction, 100,000 BTU, 220V/50/60/1PH, unit includes: embossed gallon/liter markings, 316 stainless steel liner and heavy bar rim standard, 2, EA; LI 003: VULCAN VG40 Braising Pan or Equal, LP Gas (specify elevation if over 2,000 ft.), elevation kits are field installed, 40-gallon capacity, 46" wide open base, manual tilt, 9" deep stainless steel pan with gallon markings, pouring lip & removable strainer, spring assist cover with drip edge, pan holder, thermostatic control, includes L faucet bracket, electric ignition, 12" stainless steel legs with adjustable flanged feet, 120,000 BTU, 220V/50/60/1PH, 3, EA; LI 004: BLODGETT 951 DOUBLE Oven or Equal, deck-type, LP Gas (specify elevation if over 2,000 ft.), 42" wide x 32" deep decks, two 12" high sections, mechanical thermostat, steel decks, stainless steel top, front, sides and back, large crown angle trim, double gas connector, 38,000 BTU per section, ETL, NSF, 7" legs, stainless steel (set), standard, FTDO 200-500 degree temperature control, standard, FTDO 200-500 degree temperature control, standard, Draft diverter or direct vent, 2, EA; LI 005: HL1400-1STD Legacy Planetary Mixer or Equal, 5.0 HP, 140-quart capacity, (4) fixed speeds plus stir speed, gear transmission, 50 min. SmartTimer, power bowl lift, stainless steel bowl, "B" beater, "ED" dough hook, bowl truck, stainless steel bowl guard, 200-240/50/60/3, 2, EA; LI 006: VULCAN 924RX Heavy Duty Gas Griddle or Equal, LP Gas (specify elevation if over 2,000 ft.), 24" W x 24" D x 1" thick polished steel griddle plate, embedded mechanical snap action thermostat every 12", millivolt pilot safety, electric spark or manual ignition, front manifold gas shut?off valve, countertop, low profile, stainless steel front, sides, front top ledge with "Cool Bullnose", front grease trough, grease can, heavy gauge 4" back & tapered side splashes, 4" adjustable legs, 54,000 BTU, CSA, NSF, TRANSF?900RE Transformer, 220v to 120v 50/60Hz, WITH STAND/C?24 Equipment Stand, universal, 26" W x 24" H, 1/2" marine edge, undershelf, stainless steel, 5" casters, 4, EA; LI 007: PITCO PIT.35C+SLP Economy Fryer or Equal, LP Gas (specify elevation if over 2,000 ft.), medium-duty restaurant design, 35 lb. fat cap., millivolt control, stainless steel tank, door & front, 90,000 BTU, 6" legs, standard, 6, EA; LI 008: VULCAN V4B36C V Series Heavy Duty Range or Equal, LP Gas (specify elevation if over 2,000 ft.), 36", (4) 33,000 BTU open burners, cast iron grates, convection oven, stainless steel front, front top ledge, sides, base, burner box & stub back, 164,000 BTU, 6" adjustable legs, CSA, NSF, PRREGLP?001 1" NPT pressure regulator with reducer (LP gas), 1?1/4" rear gas connection, standard, Rear gas connection: cap and cover, both ends, 220V/50/1PH motor voltage, 2, EA; LI 009: VULCAN 960RX Heavy Duty Griddle or Equal, LP Gas (specify elevation if over 2,000 ft.), 135,000 BTU, 60" W x 24" D x 1" thick polished steel griddle plate, embedded mechanical snap action thermostat every 12", millivolt pilot safety, electric spark or manual ignition, front manifold gas shut-off valve, countertop, low profile, stainless steel front, sides, front top ledge with "Cool Bullnose", front grease trough, grease can, heavy gauge 4" back & tapered side splashes, 4? adjustable legs, CSA, NSF, TRANSF-900RE Transformer, 220v to 240v 50/60Hz, WITH Equipment Stand, universal, 61" W x 24" H, with ?? marine edge, undershelf, stainless steel, 5" casters (STAND/C-60), 2, EA; LI 010: AMERICAN RANGE ACB-14 Rotisserie Oven or Equal, (14) heavy duty chrome plated spits with individual gear motors, double port pipe burner, manual controls, 1/4" thick tempered glass sliding doors, Stainless steel interior & exterior, 5" heavy duty casters, ETL, 105,000 BTU, Standard one year limited warranty on parts & labor, LP Gas Specify elevation if over 2,000 ft., Stainless steel framed glass door, tempered for (left side) ACB-7 & ACB-14, each (A27009), Stainless steel framed glass door, tempered for (right side) ACB-7 & ACB-14, each (A27010), Gas shut-off valve, 3/4" N.P.T. (A80117), 1, EA; LI 011: DORMONT 1675KIT72 Safety System Moveable Gas Connector Kit or Equal, 3/4" inside dia., 72" long, covered with stainless steel braid, coated with blue antimicrobial PVC, 1 SnapFast? QD, 1 full port valve, (2) 90? elbows, coiled restraining cable with hardware, 35, EA; LI 012: Delivery / Shipping to Norfolk, VA: SW3185 DLA Distribution Norfolk VA DDNV-O Ocean Terminal 9248 Virginia Ave Bldg CEP 201 Norfolk, VA 23511-5000, 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, 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. 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 335221 and the Small Business Standard is 750. FAR 52.247-34, F.o.b. Destination applies 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management 252.204-7004 Alt A System for Award Management (May 2013) 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 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. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) 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 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 52.203-3 Gratuities (Apr 1984) 52.204-13 SAM Maintenance (July 2013) 52.209-5 Certification Regarding Responsibility Matters 52.212-3 Alt I Offeror Reps and Certs 52.203-6 Alt I Restrictions on Subcontractor Sales to the Gov't (Sept 2006) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8 Utilization of Small Business Concerns (Oct 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.232-33 Payment by Electronics Funds Transfer - SAM (July 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran -- Reps and Certs (Dec 2012) 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2 Service of Protest 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements -- Representation (DEV 2015-O0010) (Feb 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV 2015-O0010) (Feb 2015) 252.204-7011 Alternative Line Item Structure (Sept 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014) 252.209-7004 Subcontracting w/Firms... Terrorist Country 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability... Fiscal Year 2015 Appropriations (Dev 2015-O0005) (Dec 2014) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7012 Preference for Certain Commodities (Feb 2013) 252.243-7002 Request for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (June 2013) 52.211-6 Brand Name or Equal
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6110815RC005FN/listing.html)
 
Place of Performance
Address: Norfolk, VA 23511
Zip Code: 23511-5000
 
Record
SN03786649-W 20150708/150706234900-c77b46aa90d65e27df7d9a3d75393b3e (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.