Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

72 -- Residential and Commerical Appliances - Attachments

Notice Date
4/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335220 — Major Household Appliance Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-18-Q-0009
 
Archive Date
5/22/2018
 
Point of Contact
Ramnarine Mahadeo, Phone: 6097548917
 
E-Mail Address
ramnarine.mahadeo.1@us.af.mil
(ramnarine.mahadeo.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Security Forces Statement Medical Statement for Contracts Anti Terrorism Statement 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) COMBINED SYNOPSIS/SOLICIATION FA4484-18-Q-0009 Fire Station Appliances This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Federal Acquisition Regulation subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number FA4484-18-Q-0009 is being issued as a request for quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 (effective 06 Nov 17) and Defense Federal Acquisition Regulation Supplement 20171228 (effective 28 Dec 17). It is the contractor's responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a small business set aside under North American Industrial Classification System Code 335220: Major Household Appliance Manufacturing with a small business size standard of 1,500 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: The contractor shall provide, deliver and install all line items and neccesary components listed below in accordance with (IAW) the requirements listed in the statement of work (SOW). (See attached) CLIN 0001 - One each residential dishwasher with installation IAW the SOW Delivery : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0002 - One each residential Exhaust Hood with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0003 - One each residential Microwave with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0004 - Two each Residential Refrigerator with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0005 - One each residential Range Electric Oven with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0006 - One each residential Toaster Oven with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0007 - One each Commercial Ice Maker with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0008 - One each residential Coffee Maker with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0009 - Two each residential Dryer with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0010 - One each residential Washer with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0011 - One each commercial Personal Protective Equipment Washer with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0012 - One each commercial Personal Protective Equipment Dryer with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0013 - Three each residential Smart TV with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ CLIN 0014 - Three each residential TV Mount with installation IAW the SOW Period of Performance : 60 days after receipt of order Item Price $_____________ TOTAL PRICE: $___________ QUOTES DUE DATE : All quotes are due no later than 2:00 PM 7 May 2018. Quotes may be emailed to Ramnarine.Mahadeo.1@us.af.mil. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached) ATTACHMENTS : 1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors. 2. Security Forces Squadron Appendix. 3. Medical Statement. 4. Anti Terrorism Statement APPLICABLE PROVISIONS AND CLAUSES : Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offerors- Commercial Items General Information 52.212-2 Evaluation- Commercial Items ADDENDUM 52.212-2 a. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) and as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the loweset priced offer that meets or exceeds requirements of the statement of work. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. b. Solicitation Requirements, Terms and Conditions Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. c. Technical Factor The Government's technical evaluation team shall evaluate the technical offers on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. Technically acceptable is defined as providing documentation that the items offered meets or exceeds the requirements as stated in statement of work paragraph. Offerors must provide documentation of this technical performance. Offerors who fail to provide this documentation will render their quote unacceptable. 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items 52.225-25 Affirmative Action Compliance 52.228-5 Insurance - Work on a Government Installation ADDENDUM TO FAR 52.228-5 The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. General liability insurance of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. Automobile liability insurance shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage, covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. The amount of coverage on all policies shall be commensurate with any state and local requirements and shall be sufficient to meet normal and customary claims. 52.252-1 Solicitations Provision Incorporated by Reference ( http://farsite.hill.af.mil/ ) 52.252-2 Clauses Incorporated by Reference ( http://farsite.hill.af.mil/ ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments, 5352.223-9001 Health and Safety on Government Installations 5352.201-9101 Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693) 52.223-14 Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American-Supplies (May 2014) (41 U.S.C Chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 52.222-55 Minimum Wages Under Executive Order 13658 ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. STATEMENT OF WORK as of Apr 2018 FOR DELIVERY AND INSTALATION OF Appliances for Fire Station 6 1. DESCRIPTION OF SERVICES: The contractor shall provide, deliver and install necessary appliances to outfit the new station 6 according to the specifications below. 1.1 Items to be furnished by contractor: 1 each - Residential Dishwasher 1 each - Residential Exhaust Hood 1 each - Residential Microwave 2 each - Residential Refrigerator 1 each - Residential Range Oven 1 each - Residential Toaster Oven 1 each - Commercial Ice Maker 1 each - Residential Coffee Maker 2 each - Residential Dryer 1 each - Residential Washer 1 each - Commercial PPE Washer-Extractor 1 each - Commercial PPE Dryer 3 each - Smart TV 3 each - TV Mount Needs to meet or exceed the following requirements: Dishwasher (Qty 1 each) - Must meet the following requirements: dimensions of 23 7/8"w x 24 3/4"d x 33 7/8"h, have 6 cycles, adjustable racking system, NSF and Energy Star certified, sanitization option, 24- delay-start and child lock, and meet a 46dBA quiet operation, be stainless steel tub and lining, stainless steel finish, minimum 1yr limited warranty. Must be installed, must be secured to solid surface countertop, be connected to drain, must be connected to 120V/15A outlet. Exhaust Hood (Qty 1 each) - Must meet the following requirements: dimensions of 30"w x 19 3/4"d x 9"h, be stainless steel, meet or exceed 600 CFM exhaust capacity, 4- speed exhaust fan, electronic LCD touch controls and LED display. Must be direct-wired, installed in recirculating configuration. Microwave (Qty 1 each) - Must meet the following requirements: Countertop, 24 1/8"w x 19 3/4"d x 14"h, be stainless steel finish, meet 2.2 cu. Ft. capacity with turntable, 1100 Watt of cooking power, 10 levels for boiling, reheating and defrosting, electronic controls with graphic display, Sensor cooking automatically sets the optimal time and power level, and Nonstick interior. Refrigerator (Qty 2 each) - Must meet dimensions of 35 3/4"w x 36"d x 69"h, Must be stainless steel finish, must meet French style (2 door refrigerator, bottom drawer freezer), Must have external ice and water dispenser, must have internal water filter, must include (6) replacement filters, must have tempered-glass shelves, humidity- controlled crispers, must have LED lighting. Must hook-up water lines to units. Range Oven (Qty 1 each) - Must meet dimensions of 29 9/10"w x 26"d x 47 1/8"h, Must be stainless steel finish, Must have glass touch-screen control panel, electronic clock and timer, must meet a 2.7 cu. ft. upper oven and a 3.0 cu. ft. lower oven, must have five radiant cooktop elements, up to 3000 watts of power, must have convection technology, warming drawer and self-cleaning mode. Must include cord and plug for 50A-250V NEMA 6-50R outlet. Must be installed in place. Toaster Oven (Qty 1 each) - Must meet dimensions of 18 3/4"w x 16 1/4"d x 11"h, Must be stainless steel finish, countertop type, Must meet features to toast, bagel, bake, and broil, must have automatic shutoff function for safety, Must have nonstick interior and removable crumb tray. Must be residential outlet compatible. Ice Maker (Qty 1 each) - Must meet dimensions of 30"w x 34"d x 76"h, Must be stainless steel, Must meet bin capacity of 420lbs and application capacity of 536lbs, must have built in scoop holder and easily removable baffle, must have ice scooper, Must meet a 24 hour volume production, Must meet polyurethane foam insulation. Must tie into water supply, must include external water filtration, must provide (6) replacement filters, Must provide condensate pump for elevated drain design, must provide all wiring to field install power to 120v outlet. Coffee Maker (Qty 1 each) - Must meet dimensions of 8 1/2"w x 17 3/4"d x 19"h, Must be stainless steel, Must have one lower and two upper warmers, must have programmable digital control and LCD display, must brew up to 4.2 gallons/hr, must have 200oz reservoir tank, must have separate hot water dispenser, must include cord for 120v household outlet. Dryer (Qty 2 each) - Must meet dimensions of 27"w x 29 3/4"d x 39"h, Must be color of white, Must be front loading, must have electronic digital control panel, must have 7.4 cu. Ft. capacity, must meet sensor dry, steam, and sanitary cycles. Must have stainless steel drum, must include cord and plug for 240v NEMA 14-30R outlet, must be installed, must provide / install approx. six feet of UL rated stainless steel dryer duct, must connect to discharge outlet. Washer (Qty 1 each) - Must meet dimensions of 27"w x 29 3/4"d x 39"h, Must be color of white, Must be front loading, must have electronic digital control panel, must have 4.5 cu. Ft. capacity, must meet sensor dry, steam, and sanitary cycles. Must have stainless steel drum, must include cord and plug for 120v standard outlet, must include hot/cold stainless steel braided water supply hoses, must include drain hose, must install in place. PPE Washer-Extractor (Qty 1 each) - Must meet dimensions of 31.3"w x 34.9"d x 52.2"h, Must be free-standing soft-mount design, must have 30lb capacity, must have gravity top dispenser, must be stainless steel, must meet all cycles for proper wash of fire fighter structural gear, must include hot/cold water supply hoses to unit, must include drain hose, must include cord and plug for 20A-250V NEMA L6-20 HART-LOCK outlet, must be installed in place. PPE Dryer (Qty 1 each) - Must meet dimensions of 48"w x 32"d x 72"h, Must be aluminum design, must be a free standing rack with locking swivel casters, must include heat/non heat switch, must allow for hanging of items, must have at least 4 drying stations capable of drying 2 sets of gear including coat, pants, boots, gloves, hoods and helmet, must include special hangars to dry sleeves, must include caps for ports not in use, must include cord and plug for standard 110/120 volt or 15/20 amps. SMART TV (Qty 3 each) - Must meet dimensions of 43 inches, must be LED - 2160p - Wi-Fi Smart enabled- 4K Ultra HD capable of being wall mounted, must be bluetooth enabled, must have 3 HDMI inputs, must have 2 USB inputs, must include cord and plug, must include 3' HDMI cable and 3' coaxial cable, must include remote control TV Wall Mount (Qty 3 each) - Must be compatible with smart TV listed above, must be full motion, must be dual articulating, must be adjustable : +5°/-15° Tilt, +/-90°Swivel and +/-3°rotation swivel compatible, must include: standard mounting hardware, 6 ft HDMI cable, 3-Axis magnetic bubble level, 5 pieces pack of cable ties, and 5-year warranty. 1.2 All items require assembly and performance check upon delivery. 1.3 The Fire Department will have a representative available during delivery to coordinate the placement of all items. Upon delivery and installation, our technicians will conduct an inspection of all items and attachments. 2.0 Installation location: All items must be installed within the facility located at 9691 Grand Concourse Road, JB MDL 08641. 2.1 All units must be installed and ready to use once installed. 2.2 All shipping/packing material and trash generated from delivery to be removed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0009/listing.html)
 
Place of Performance
Address: 9691 Grand Concourse Road, McGuire Dix Lakehurst, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN04888791-W 20180415/180413230633-9d53ce802bd33e91d77cdf018f8ba9ac (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.