Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2017 FBO #5717
SOLICITATION NOTICE

73 -- Dishwasher Flight Type

Notice Date
7/17/2017
 
Notice Type
Presolicitation
 
Contracting Office
1016 Douglas Ave, Yankton, SD 57078
 
ZIP Code
57078
 
Solicitation Number
4B9W
 
Response Due
7/25/2017
 
Archive Date
1/21/2018
 
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
Bids are being solicited under solicitation number 4B9W. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 871520. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-07-25 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yankton, SD 57078 The DOJ BOP Field Offices -FPC YANKTON requires the following items, Meet or Exceed, to the following: LI 001: Dishwasher Flight Type- Champion confidential EUCCW4- 5/4/5 (14ft) CW series upright conveyor dishwasher, 29" wide peg belt, 58 gph, 6.3 ft/min, Dual Rinse feature, Automatic tank fill, vent fan control, electric eye idle pump shut-off & rinse saver, stainless steel base & legs, stainless steel front end enclosure panels, SST pumps & impellers, re-circulating flushing nozzles - load end, vent openings with 7" stainless steel stacks & locking dampers- both ends, supervision of reassembly, anti-jam & reverse switch, UL, NSF, Energy Star compliant. Needs to be flight type and cannot be over 14ft in length. 1 year parts & labor warranty, standard. Direction of operation to be left to right., 1, EA; LI 002: A- 2.5 ft load section, 1, EA; LI 003: B- 2.5 ft prewash section with external scrap tank, 1, EA; LI 004: C- 4 ft wash section, 1, EA; LI 005: D- 5 ft dual rinse-unload section, 1, EA; LI 006: Electric tank heat with thermostat & positive low-water cut-off, 1, EA; LI 007: Voltage to be 208/60/3ph (Machine & Booster), 1, EA; LI 008: Electric Booster Heater, built-in, 70F, 1, EA; LI 009: Standard Single Pitch peg belt., 1, EA; LI 010: Insulated hinged doors package, 1, EA; LI 011: REAR Stainless steel rear enclosure panels package, 1, EA; LI 012: Correctional Security Package to include; Locking hasps on access doors, SST locking grid over control cabinet, Tamper proof screws, Hinged lid on external scrap baskets, SST mesh underneath the machine., 1, EA; LI 013: ION scale prevention system, mounted & inter-piped at the factory, 1, EA; LI 014: Installation- Installation shall include the following: Equipment shall be moved into the facility, uncrated, set in place and leveled. Final assembly of equipment. Final utility connections shall be made on all applicable equipment by the vendor within 36" of the equipment. The facility is responsible for providing all utilities and drain plumbing. Final connections do not include fabrication of exhaust ducting for dish-machine or any other equipment. Start up, operation/leak check shall be performed. Installation by an authorized installer is required to start the warranty. Installation does not include the following: Removal of any crating and job related waste. This quotation will not include any construction related work. No walls, floors, ceilings, or other structures shall be penetrated or modified in any way. No structural components of the building shall be modified in any way. Final utility connection will not include shut-offs, disconnects, gauges, controls, breakers, or any other building utility components. Ventilation Hood(s). The quotation does not include provisions for, or installation of any ventilation hood(s). Chemical equipment connection on dish-Machine if applicable. Chemicals and chemical connection will be provided by others., 1, EA; LI 015: Vendor removal of existing equipment to customer supplied dumpster or back dock., 1, EA; LI 016: Installation of Pant Leg Ducts- Custom, 1, EA; LI 017: Freight cost to ship to FPC Yankton, 1016 Douglas Ave, Yankton SD 57078, 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, DOJ BOP Field Offices -FPC YANKTON 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices -FPC YANKTON is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/. No partial shipments are permitted unless specifically authorized at the time of award. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Supplemental Bid Information In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6 To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/4B9W/listing.html)
 
Place of Performance
Address: Yankton, SD 57078
Zip Code: 57078
 
Record
SN04581770-W 20170719/170717234908-6ac13a662e90336a211492009afcc3f1 (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.