Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
MODIFICATION

73 -- Sources Sought-Food Service Equipment

Notice Date
5/3/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
45 West Street, Building P-45, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W911S2-FoodServiceEquipment
 
Response Due
5/6/2016
 
Archive Date
11/2/2016
 
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
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 W911S2-FoodServiceEquipment 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 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size standard of 1,000.00 employees.This requirement is unrestricted 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 2016-05-06 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Meet or Exceed, to the following: LI 001: Three Tank Rackless Conveyor Dishwasher, Model: RC?18 RPW?W or Equal, Insinger RC-18 RPW-W, Clipper Flight Type Dishwasher, high temperature, approx. 26 inches wide conveyor, approx. 18 inch long, conveyor speed of 6.8 feet per minute, CrossFire wash system, approx. 8812 dish capacity, approx. 124 gallons/hour final rinse consumption, tank heat: 60.0 kW electric immersion heaters or stream injectors, capillary thermometers for pre-wash, wash, rinse and final rinse, low water protection, steam booster, final rinse pressure gauge, automatic tank fill, stainless steel frame, legs & feet and enclosure panel, electric immersion or steam injector tank heat, vacuum breaker on all incoming water lines, manifold clean-out brush, inspection and clean-out doors, detergent connection provision, conveyor safety stop bar, polypropylene belt with removable rack sections, color coded curtains, end caps/pipe plugs secured to prevent loss, interior work lights, override switch for de-liming, standard frame drip proof motors, simplified scrap screen design, Dimensions: approx. Height 75.00 x approx. weight 216.00 x approx. depth 41.00, direction right to left hand conveyor travel, NEMA 4 control panel top mounted, electric immersion tank heat, electric booster approx. 70 degrees rise, 280v/60/3-ph, common electric singer point (electric heat only) (per foot), common drain, stainless steel, pressure reduction valve, 36 panels all sides. SPECIFICATIONS: See Attachments, 1, EA; LI 002: Floor Gas Fryer, Model: 24BB G or Equal, 18 gauge stainless steel, with a shortening capacity of 130 pounds, equipped with five 18 gauge stainless steel approx. 3 inches wide x approx. 5 inches high horizontal heat transfer tubes, 167, 500 BTU input for cooking up to 200 pounds of frozen fries per hour, instant recovery using less energy with more efficient, patented Wing Turbulators, stainless stain cabinet, polished stainless steel fryer vessel, extra-large cold zone, saves on oil costs/cooks at lower temperatures, indicating lights, melt cycle allows safe method of melting solid shortening. Splashdeck: 16 gauge, 304 stainless steel slopes towards the shortening containing vessel, Splashback: 18 gauge, 304 stainless steel completely covering side of flue, cabinet, heat transfer tubes, thermostat, hi-limit control, 100 percent safety shutoff, melt cycle, indicating lights and switches. SPECIFICATIONS: See Attachments, 6, EA; LI 003: Convection Oven Full Size, Model: HGC502 Double Deck, approx. 40 inches width x approx. 41 ? inches depth x approx. 70 inches height, 88,000 BTU 115/60/1 with approx. 6 inch Cord and Plug or Equal. High?efficiency heat?recycling combustion system, 44,000 BTU gas convection ovens to match the cooking power of competitive ovens which use approx. 55,000 to 80,000 BTU/hour. (Gas Models). 12.5 kilowatt heating system for high performance results. Unique air?flow system to produce a consistent temperature throughout the oven cavity for even cooking every time. Doors feature a full?length hinge rod with a fully welded door frame for maximum durability. Stainless steel front, sides, and top. Must be have with convection oven (4) legs. Stainless steel doors with windows. ? horse power, two speed oven blower motors. Electronic ignition (Gas Models). Solid state temperature controls adjust from approx. 150 degree to 500 degree Fahrenheit. 60 minute timer per section with audible alarm. Oven cool switch for rapid cool down. Porcelain enamel on steel oven interior. Five nickel plated oven racks with eleven rack positions per selection., 3, EA; LI 004: Glass Four Sided Dessert Merchandisers, Model: G4SM?23?LD or Equal, 1 Swing door, 6(rotating) shelves, Dimensions: approx. 27 ? inches width X approx. 30 1/8 inches depth X 78 5/8 inches height. High luster, copper aluminum finish, combines with black trim and white wire shelves. Sign panel to provide high?visibility difference, Maximum product visibility with glass ends, Illuminated, 4?color process sign panel included. ?Low?E? thermal glass. Oversized and balanced, environmentally friendly 134a refrigeration system, factory sealed and pre?lubricated for long life. Fast pull?down to maintain middle approx. 30 degree temperatures. Bottom mount compressor. Safety shielded, LED interior lighting provides more even lighting throughout the cabinet. Positive seal self?closing swing door. Self?contained system. 9? power cord. 3 year warranty on all parts and labor. 5 year compressor warranty. Voltage must be 115V. Must be 6 Shelves., 4, EA; LI 005: Toaster King Vertical Conveyor, Model TK?100 or Equal. Must be 16 Slices/minimum, 22 inches width. X 17 5/8 inches depth X 33 inches height. Vertical conveyor toaster with metal sheathed heating elements. Combines fast heat?up, uniform toasting with dependable performance to handle peak serving periods. Toaster King has three basket access for fast loading and a vented top to keep heat away from the operator. Conveyor speed, not temperature, determines toasting color. Includes manual advance and approx. 4 inch cord set. Toast King 100 toasts up to approx. 960 slices per hour (TK?72 ? 720). Voltage must be 208 or 240V., 6, EA; LI 006: Reach?In Refrigerator, True Model: STR3R?3S or Equal. Voltage must be 115/60/1. Exterior: must be stainless steel door, front and sides. Interior: must be aluminum side walls, back, floor, door liner, and ceiling. Shelving: (3) heavy duty, PVC coated, wire shelves per section. Dimensions: approx. 773/4 inches in length (1975 millimeter), approx. 333/4 inches in depth (858 millimeter), approx. 773/4 inches in height (1975 millimeter), Electrical: US/International, ? horsepower, 9.1 Amps, 115/60/1 voltage, 5-15 P NEMA, approx. 9 foot (2.74 meters) cord length. Cabinet Construction: Insulation?entire cabinet structure and solid door are foamed?in?place using Ecomate. A high density, polyurethane insulation that has zero ozone global warming potential (ODP) and zero global warming potential (GWP). Approx..5 inches (127mm) diameter plate castors locks provided on front set. Door: Lifetime guaranteed bolt style door locks. Lifetime guaranteed heavy duty all metal working door handles. Positive seal self?closing doors with approx. 120 degree stay open feature. Lifetime guaranteed external cam lift door hinges four (4) per door section. Magnetic door gaskets of one piece construction, removable without tools ease of cleaning. LED interior lighting, safety shielded. Unit completely per?wired at factory and ready for final connection to a 115/60/1 phase, 15 amp dedicated outlet. Cord and plug set included., 3, EA; LI 007: Selfcooking Center & Combo Oven, Floor Models: CTP20?20G Gas or Equal, Boiler?Free, 266,000 BTU/hour, 120V, Provides automatic steam venting at the end of the cooking cycle. PRO touch control features includes a cool?down function, automatic cleaning function, recipe programming, three power levels, 0?100 percent humidity levels, auto?reversing fan with (5) fan speeds, multi?shelf timers, and sleep mode. Oven door is hinged right with a 130 degree swing and integrated, high?efficiency LED lighting, includes USB port for HACCP data access, recipe management and software updates., 2, EA; LI 008: Premium Heavy Duty Automatic Slicers, Model: 3850N or Equal, approx. 13inches diameter. Knife or Equal, Two speed slicer. Gear driven knife. Approx. ? horse power knife motor. Exclusive stainless steel construction. Precision gear thickness adjustment. Slices tissue thin up to approx. 1 ? inches thick. Knife cover interlock. BPA?free knife sharpening system is removable and dish?machine safe for cleaning and sanitizing. Touch pad controls. Approx. 13 inches precise Edge knife. Permanently attached knife ring guard. No voltage release. 7 foot cord with molded plug. 2 years parts and 1 year labor plus 15 years on the gage., 2, EA; LI 009: Modular Tilting Braising Pan, Model: Gas Braising Pan: VG40 or Equal, 40 gallons, approx. 46 inches width, 120,000 BTU or equal. Stainless steel front, sides and approx. 12 inches legs with adjustable flanged feet. Stainless steel finished back. Front hinged polished stainless steel pan body with coved interior corners and embossed gallon markings. Stainless steel cooking surface boned to approx. ? inch thick steel plate. Full width approx. 4 inches return flange with formed pouring lip and removable strainer. Stainless steel spring assist cover with full width handle. Drop away food receiving pan support mounts under pouring lip. Manually operated pan lifting mechanism with folding swing away handle. Pan can be fully tilted to empty completely with approximately 30 crank revolutions. Automatic shut off when pan is tilted 5 degree Solid state temperature controls. Water tight controls and enclosures. Approx. 35 ? inches depth x approx. 40 ? height., 1, EA; LI 010: Gas Restaurant Ranges, Model: V6B36S or Equal, 36 inches Width, 6 open Top Burners w/Standard oven or Equal. The Vulcan V series provides top to bottom and side to side modularity. Depending on how the unit is ordered, anyone of these sections can be easily changed out to create a different top configuration as the need arises. Same for the base?they can also be changed out, whether it be standard or convection ovens, cabinet bases, and refrigerated bases. The V series top sections are available in approx. 12 inches, approx. 18 inches approx. 24 inches and approx. 36 inches increments. Standard telescoping condiment rail fits 1/9 size pans. Back risers have removable solid or grate type shelf options. Standard features included: stainless steel front, sides, plate ledge, burner box and exterior bottoms; approx. 1 ? front gas manifold with approx. 1 ? inches rear gas connection (capped) approx. 4 inches stainless steel stub riser; heavy?duty cast grates and aeration bowls; approx. 6 stainless steel legs. 50,000 BTU standard oven. Must be include approx. 4 inches legs for modular units and rear gas connection, natural and LP gas regulators, casters, approx. 650 inches finishing oven, curb mounting., 2, EA; LI 011: Carving Station, Model: CS?200 or Equal, Carving Shelf with 2 Lamps, Holds 70 pounds. Max or Equal. Controlled, uniform heat source radiating heat directly from the carving shelf surface. Fixed double lamp assembly provides additional heat to the product surface for greater ambient surface temperature control. Shelf surface is recessed to catch drippings. Sanitary cutting board with gravy lane is completely removable and is NSF and USDA listed. Cook & Hold Oven, heated holding cabinet or suitable for placement on any surface. Constructed of 18 gauge. Stainless steel. Includes ON/OFF power switch and indicator light. Heated shelf base is controlled by a three position toggle switch for LOW/MED/HIGH heat. The 250 Watt infrared heat lamps are controlled by an ON/OFF switch. Furnished with (1) set of approx. 1 inch legs and (1) 21 approx. 5/8 inches x approx. ? inches cutting board. Approx. 26 inches width x approx. 30 7/8 inches height. 120V or 230V., 3, 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 Drum 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. MICC Fort Drum 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size standard of 1000 employees. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries to Fort Drum shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/20d657c8c36a3244d1c3e05ef8f7278b)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN04103189-W 20160505/160503234505-20d657c8c36a3244d1c3e05ef8f7278b (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.