Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
DOCUMENT

73 -- Request for Quote: Dishwasher Conveyor System Hobart, brand-name or equal. - Attachment

Notice Date
7/11/2018
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;1303 5th St, Suite 300;Coralville IA 52241
 
ZIP Code
52241
 
Solicitation Number
36C26318Q0635
 
Response Due
7/27/2018
 
Archive Date
8/26/2018
 
Point of Contact
William E Jefferson
 
E-Mail Address
8.3613<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for a Dishwasher Conveyor System Commercial items. Solicitation number: 36C26318Q0635 1a. DESCRIPTION OF THIS SOLICITATION. 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; quotes are being requested and a written solicitation will not be issued. This solicitation is for the acquisition of a dishwasher conveyor system, Hobart brand-name or equal, for the Sioux Falls VAMC as specified in the provided line items, attached drawing and other information contained in this solicitation. Response to this solicitation is to be received no later than: 04:30pm CDT, Friday, July 27, 2018. Respond by emailing offer to william.jefferson4@va.gov prior to the response date. Information relevant to this solicitation: Solicitation number: 36C26318Q0635 NAICS code (North American Industrial Classification system: 333318 Size Standard for this NAICS code: 1,000 employees PSC/FSC (Product Service Code/Federal Supply Code): 7320 This acquisition is: Set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). Only VA verified SDVOSBs listed in the Vendor Information Pages (VIP) Database at the time of award of contract will be considered. Quotations from Non-VIP verified offerors will be considered non-responsive, will not be evaluated and will not be eligible for award. This is a Brand Name or Equal solicitation. Any or equal items must meet or exceed the performance specifications of the brand name items being solicited. The type of award (contract) the government intends to make/enter for this solicitation is: a single award, Firm Fixed Price Purchase Order. Delivery method and installation instructions: FOB Destination, 60 Calendar Days ARO. 1b. SALIENT CHARACTERISTICS The Sioux Falls VA Health Care System (SFVAHCS) has a requirement for a Contractor to provide all Equipment, Parts, Supplies, Accessories, Labor and Installation, Travel, Drawings, Training, and Commissioning of a Hobart Conveyor Type Dishwasher, brand-name or equal, for the SFVAHCS Nutrition and Food Service Area. The Sioux Falls VA Health Care System is located at 2501 W. 22nd Street, Sioux Falls SD 57105. Salient Characteristics: Dish Washer: At least 202 racks per hour Drain water tempering kit required. 30 Kw, or greater, electric booster heater. Steam tank heater required. Exhaust requirements: 200 CFM entrance end, 400 CFM discharge end. Higher than standard chamber option. Single point power connection. Disposal/Pre-rinse: Controller Magnetic contactor starter. Pushbutton start and stop. Provided 24 V solenoid valve for basin. NEMA 4 Enclosure Dejamming wrench, or, comparable function and feature. Vacuum breaker for water supply. 3 HP, or, greater Pre-rinse Heavy duty Flexible pre-rinse spray with hot/cold with wall bracket. Dishtable: Soiled dish table, c/w waste trough, perforated ledges, end gusher, magnetic silver saver, pre rinse sink & spray w/ sink grill, disposer control panel bracket and overhead tubular rack shelf. Compatibility with Existing Floor Plan, Work Process and Utilities: All products quoted must be approximate to the dimensions provided in the attached drawing of location and listed items for the dishwasher conveyor system. The Hobart brand-name items listed meet the specifications for space, configuration and utility hookups. Any or equal product quotes must contain technical and other information to confirm compatibility with existing work space and floor plan configurations and utility hookups to be determined technically acceptable. Warranty: A minimum of a 1 year warranty, or the OEM warranty period, shall be provided on all parts, labor, and travel for repairs. Warranty terms and conditions for major components must be included with quote. Maintenance Manuals, Drawings, User Manual, Cleaning Instructions: 2 (each) copies in electronic format (CD, PDF or Word) and/or OEM provided manuals in standard OEM format (hardcopy, electronic, etc). 1c. DESCRIPTION OF REQUIREMENT ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Hobart Model CLPS66EN+EGR+Buildup Conveyor Type Dishwasher, brand-name or equal. 1 EA ___________ ___________ 0002 Hobart Model No. FD4/300+BUILDUP Disposer, basic unit only, 3 HP motor, steel housings, adjustable flange feet, brand-name or equal. 1 EA ___________ ___________ 0003 DISHTABLE, SOILED Aerowerks Model No. SDT Soiled, brand-name or equal. 1 EA ___________ ___________ 0004 Installation, Setup and Training 1 JB ___________ ___________ GRAND TOTAL ___________ 1d. DELIVERY SCHEDULE ITEM NUMBER DELIVERY DATE ALL LINE ITEMS SHIP TO: Department of Veterans Affairs Sioux Falls VAMC ATTN: Aaron Kompelien, Engineering 2501 West 22nd Street Sioux Falls, SD 57105 60 Days ARO 2. INSTRUCTIONS TO OFFERORS The Provision 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR 52.212-1 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.211-6 -- Brand Name or Equal (Aug 1999) ADDENDUM 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS This solicitation is for new OEM products only to the extent that the manufacturer s warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. No refurbished or used products will be allowed. (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor, authorized reseller, or authorized installer for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, stating that the OEM s warranty and service are provided and maintained by the OEM. All installation, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.   3. EVALUATION OF OFFERS The Provision 52.212-2, Evaluation Commercial Items (Oct 2014) applies to this acquisition and the following two lines are to be used and inserted into paragraph (a) of the that provision: LPTA Lowest Price Technically Acceptable, evaluated on technical capability of the item offered to meet the Government requirement. Submission of OEM distributorship/reseller agreement, letters of supply, or other documentation from the OEM. Additional evaluation terms that apply to this acquisition: The basis for award will be LPTA Lowest Price Technically Acceptable. The government will award a contract resulting from this solicitation to the responsible offeror who offers the Lowest Price Technically Acceptable quote. The government shall evaluate the lowest quote first and if found technically acceptable will not evaluate other quotes. The government will consider past performance when making a contractor responsibility determination IAW 9.104-3(b). ADDENDUM 52.212-2 EVALUATION COMMERCIAL ITEMS Vendors are responsible to submit verification that goods are new items with the OEM warranty and services associated with the equipment/system. Failure by vendors to submit OEM authorization will result the vendor to be considered non-responsive and the offer will not be evaluated. (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor, authorized reseller, or authorized installer for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, stating that the OEM s warranty and service are provided and maintained by the OEM. All installation, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.   4. OFFEROR REPRESENTATION AND CERTIFICATIONS The Provision 52.212-3, Offeror Representation and Certifications Commercial Items applies to this acquisition. The offeror is required to include a completed copy of this provision with their offer if needed, as instructed by the language of the provision. Addendum to FAR 52.212-3 consists of these additional provisions incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 5. TERMS & CONDITIONS The Clause 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. Addendum to FAR 52.212-4 consists of these additional clauses incorporated by reference: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 852.203-70   Commercial advertising (Jan 2008) 852.211-73   Brand name or equal (Jan 2008) 852.219-10   VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. 852.232-72   Electronic submission of payment requests (NOV 2012) Additional Simplified Acquisition Terms and Conditions that apply to this acquisition: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, authorized reseller, or authorized installer for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 6. CONTRACT TERMS & CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS The Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The FAR clauses listed below are the clauses chosen from paragraph (b) of this provision that apply to this acquisition and are incorporated by reference: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). ** End Solicitation **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/36C26318Q0635/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26318Q0635 36C26318Q0635_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472752&FileName=36C26318Q0635-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472752&FileName=36C26318Q0635-002.docx

 
File Name: 36C26318Q0635 S02. COMB SOL 36C26318Q0635_1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472753&FileName=36C26318Q0635-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472753&FileName=36C26318Q0635-003.pdf

 
File Name: 36C26318Q0635 VA Sioux Falls Model - Drawing.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472754&FileName=36C26318Q0635-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4472754&FileName=36C26318Q0635-004.pdf

 
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: Department of Veterans Affairs;Sioux Falls VAMC;2501 West 22nd Street;Sioux Falls, SD
Zip Code: 57105
 
Record
SN04987533-W 20180713/180711231228-2fda5a792ca77295b0254f7d72e8a80b (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  © 1994-2020, Loren Data Corp.