Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
MODIFICATION

36 -- Kitchen Equipment

Notice Date
7/31/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
36000 Darnall Loop, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-18-R-0041
 
Response Due
8/3/2018
 
Archive Date
1/30/2019
 
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
Woman Owned 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 W91151-18-R-0041 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 333241 with a small business size standard of 500.00 employees. This requirement is an [ Women-Owned Small Business ] set-aside 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 2018-08-03 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Fort Hood requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: SERVING COUNTER, HOT FOOD ELECTRIC: Duke Manufacturing Model No. TEHF-88SS Thurmaduke Hot Food Unit, mobile, electric, 88"W x 32"D x 36"H, 16ga stainless steel top, (6) stainless steel heat wells, drains, copper manifolds, (1) valve, thermostats, dish shelf, 20ga stainless steel body & undershelf, 5" swivel casters (2 with brakes), 6 ft cord with plug,cULus, UL EPH Classified: 6 ea 208v/60/1-ph, 5400 watts, 26.0 amps 6 ea Electric heat well options 6 ea Solid stainless steel trayslide, 16ga stainless steel,(2) rubbing tracks,on (3) stainless steel fixed brackets 6 ea Located on customer's side 6 ea #956-460-6 Serving shelf with glass protector panel, 18ga 300 series stainless shelf, 10-1/2"wide, 20"high, 86-1/2"long, 3/4" square stainless tube posts, (2) 1/4" thick glass panels & 1/4" acrylic end guards., 6, EA; LI 002: CONVECTION STEAMER, GAS: Cleveland Range Model No. 24CGA10 Steamcraft Ultra 10 Convection Steamer,pressureless, gas, 2 compartments, (5)12 x 20 x 2 1/2 pans/compartment capacity, manual controls, 60-minute mechanical timer & manual (continuous steaming)bypass switch, left-hand hinged door, controls on right, steam shut-off switch, 1 standard treated & tap water connection, stainless steel construction, 6" adjustable legs with flanged feet, 125,000 BTU 5 ea 1-year parts & labor warranty, standard 5 ea 5-year pro-rated parts warranty on boilers & steam generators 5 ea 3-year Convection Steamer Door Warranty, standard 5 ea Performance start-up included at customer request after equipment is installed (Free Water Quality Check included) 5 ea QTI1-CR Optipure Water Treatment System, dual-cartridge, reduces sediments over 0.5 microns, reduces chlorine, includes (1) CTOS-Q10 Catalytic Carbon Filter & (1) CTOS-QCR activated carbon filter 5 ea Second year limited warranty on water related parts 5 ea Gas type to be specified 5 ea (VOS115) 120v/60/1-ph, 2.0 amp, 2-wire (DO NOT connect to GFI outlet., 5, EA; LI 003: SERVING COUNTER, COLD FOOD: Duke Manufacturing Model No. AHC-6M-N7 Duke Salad Bar, 88"L, 24-1/2"W, 36"H, 20ga stainless steel top, NSF 7 standards mechanical cold pan, 8" deep stainless steel liner, 84-1/2" x 21-3/4" opening, 1" brass drain & plug, removable stainless steel grille on end, 20ga paint grip steel body, 5" dia. swivel casters (2 with brakes), 6' cord & plug 6 ea 120v/60/1-ph, 4.8 amps, 6' cord with NEMA 5-15P, 1/3 HP compressor 6 ea Special stainless steel body finish in lieu of powder coat exterior. 6 ea Counter top options 6 ea 14ga stainless steel top in lieu of standard 12 ea Solid trayslide, 12-1/4" wide, 16ga stainless steel, (2) rubbing tracks, on (3) stainless steel fixed brackets, & mounted 34" high 6 ea Located on both sides (must select (2)shelves/trayslides) 12 ea For stainless steel hinged bracket in lieu of standard fixed bracket. 6 ea with a canopy or overshelf option 6 ea Stainless steel ends in lieu of standard painted steel 6 ea TS580-88 Thurmaduke Designer Sneeze Guard, 87-5/8"W, (2) sided self service style, 2-tier with glass shelves, adjustable front glass, painted end panels & 1/4" acrylic end guards cULus, UL EPH Classified 6 ea Stainless steel frame in lieu of standard painted steel, 6, EA; LI 004: CONVECTION OVEN, GAS: Vulcan Model No. VC44GD Convection Oven, gas, double-deck, standard depth, solid state controls, electronic spark igniters, 60 minute timer, 8" high legs, stainless steel front, top and sides, stainless steel doors with windows, 50,000 BTU each section, NSF, CSA Star, CSA Flame, ENERGY STAR 8 ea 1 year limited parts & labor warranty, standard 8 ea Gas type to be specified 8 ea (2) 120v/60/1ƒ??ph, (2) 1/2 HP, 16.0 amps total, (2) 6' cords with plugs, NEMA 5-15P, standard 8 ea Gas manifold piping included with stacking kit to provide single point gas connection 8 ea Solid doors in lieu of standard glass doors, top oven, 8, EA; LI 005: SOFT SERVE MACHINE: SaniServ Model No. 407 Soft Serve/Yogurt Freezer, counter model, air-cooled, self-contained refrigeration, 1 head, 7 qt. mix capacity, welded steel frame, stainless steel exterior, automatic torque control, visual mix out system, 1/2 HP dasher, 1/2 HP compressor, UL, cUL, NSF 10 ea 1 year parts, 90 days labor, 5 year compressor & evaporator warranty 10 ea (R) 115v/60/1ƒ??ph, 15 amps 10 ea CTS Check-Train-Start, CTS is required to activate manufacturers warranty, representative will inspect the unit for proper installation (uncrate & set in place with electrical connections arranged by enduser prior to scheduled CTS), representative will instruct end-user on proper operating & cleaning procedures including start-up with product (product to be supplied by end-user) 10 ea MS163018SX Equipment Stand, 18"W x 30"D x 30"H, stainless steel 10 ea P1909904 Swivel Casters, 4", set of (4 - 2 with brakes), for stainless steel equipment stands, 10, EA; LI 006: REFRIGERATED MERCHANDISER: True Manufacturing Co., Inc. Model No. FLM-54~TSL01 Full Length Refrigerated Merchandiser, two-section, True standard look version 01, (8) shelves, powder coated exterior, white interior with stainless steel floor,(2)double pane thermal insulated glass swing doors, LED interior lights, R290 Hydrocarbon refrigerant, 1/2 HP, 115v/60/1, 6.3 amps, NEMA 5-15P, cULus, UL EPH Classified 12 ea Self-contained refrigeration 12 ea Warranty - 5 year compressor 12 ea Warranty - 3 year parts and labor 12 ea Left door hinged left, right door hinged right, 12, EA; LI 007: FOOD SLICER, ELECTRIC: Univex Model No. 8713S Premium Series Slicer, variable speed automatic, gravity feed, 13" diameter knife, variable slice thickness 0" - 0.875" (0.22mm), 21-47 strokes per minute, top mounted knife sharpener, gear-driven, anodized aluminum construction,.37kW, 1/2 HP motor, cETLus, NSF 8 ea One-year, on-site parts & labor warranty 8 ea 115v/60/1-ph, 5.4 Amps 8 ea S-3B Equipment Stand, with under shelf & locking casters, stainless steel, for use with large slicers, 8, EA; LI 008: PASS-THRU HEATED CABINET: True Manufacturing Co., Inc. Model No. STA2HPT-2S-2S SPEC SERIES Pass-thru Heated Cabinet, two-section, stainless steel front & sides, (2) stainless steel doors front & rear with locks, cam-lift hinges, digital temperature control, aluminum interior, (6) chrome shelves, 5" castors, 3000W, 208-230v/60/1, cULus, UL EPH Classified 7 ea Warranty - 3 year parts and labor, 7 ea Thermometer side: Left door hinged on left, right door hinged on right 7 ea Rear: Left door hinged on left, right door hinged on right, standard 7 ea (3) chrome shelves and shelf supports standard per section 7 st 5" castors, set of 4, 7, EA; LI 009: PASS-THRU REFRIGERATOR: True Manufacturing Co., Inc. Model No. STA2RPT-2S-2S-HC SPEC SERIES?? Passƒ??thru Refrigerator, two-section, stainless steel front & sides, (2)stainless steel doors front & rear with locks, camƒ-lift hinges, digital temperature control, aluminum interior, (6) chrome shelves, LED interior lights, 5" castors, R290 Hydrocarbon refrigerant, 1/2 HP, 115v/60/1, 5.9 amps, NEMA 5-15P 7 ea Warranty - 3 year parts and labor 7 ea Warranty - 5 year compressor 7 ea Thermometer side: Left door hinged on left, right door hinged on right 7 ea Rear: Left door hinged on left, right door hinged on right 7 st 5" castors, set of 4, 7, EA; LI 010: TILTING SKILLET BRAISING PAN, GAS: Vulcan Model No. VG30 Braising Pan, Gas, 30-gallon capacity, 36" 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, 90,000 BTU 8 ea 1 year limited parts & labor warranty, 8 ea Gas type to be specified 8 ea 120v/60/1-ph, 9.0 amps, 8, EA; LI 011: PLANETARY MIXER: Univex Model No. SRM12 Food Mixer, countertop, 12 quart capacity, variable speed drive, includes removable SwingRing safety guard, stainless steel bowl, batter beater, wire whip & dough hook, and bowl scraper, 1/3 hp, cETLus, NSF 6 ea Two-year, on-site parts & labor warranty 6 ea 115v/60/1-ph, 14.0 Amps 6 ea Metallic silver, 6, EA; LI 012: GAS FRYER, BATTERY: Vulcan Model No. 2TR65AF PowerFry Fryer, gas, high efficiency, 42" W, (2) battery, 65-70 lb. capacity per vat, solid state analog knob control with melt cycles, ThreePass heat transfer system, electronic ignition, KleenScreen PLUS filtration system, twin baskets, stainless steel cabinet and fry tank, adjustable casters (2 swivel locking & 2 non-locking), 160,000 BTU, CSA, NSF, ENERGY STAR 7 ea 1 year limited parts & labor warranty 7 ea 10 year limited tank warranty 7 ea Gas type to be specified 7 ea ELVKIT-VULNAT High elevation orifice natural gas conversion kit 7 ea 120v/60/1-ph, 1/3 hp, 6 amps, for filter 7 ea FRYMATE VX15 Frymate Holding Station, free standing or add-on unit, 15-1/2" wide, 30-1/8" depth, stainless steel cabinet base, stainless steel top drain section with removable grease collector, set of 4 casters (2 locking), connecting strip and hardware included, (for 35-65 lb capacity gas or electric fryers) 7 ea COVER-TANK Stainless steel tank cover/work surface top, for all 35 & 45 lb. gas fryers & Frymate VX15, 7, EA; LI 013: MILK DISPENSER: Silver King Model No. SKMAJ2/C3 Majestic Series Milk Dispenser, double valve, refrigerated, accommodates 3, 5, or 6 gallon bags, includes (2) platforms, (2) crates, & shipboard legs, 1/10 HP, 115v/60/1ƒ??ph, 1.4 amps, 10, EA; LI 014: GAS COUNTERTOP GRIDDLE: Vulcan Model No. VCCG60-AC Heavy Duty Griddle, countertop, gas, 60" W x 24" D cooking surface, 3/4" thick Rapid Recovery composite plate, (5) burners, solid state thermostat every 12", atmospheric type "U" shaped aluminized steel burners, electronic spark ignition & pilot protection, wire knob guards, (2) drawers, stainless steel front, sides, front top ledge, front grease trough, 4" back & tapered side splashes, 4" adjustable legs, 150,000 BTU, NSF, CSA 6 ea 1 year limited parts & labor warranty 6 ea Gas type to be specified 6 ea 120v/50/60/1-ph, 2 amp, NEMA 5-15P 6 ea STAND/C-60 Equipment Stand, universal, 61" W x 24" H, 1/2" marine edge, undershelf, stainless steel, 5" casters, 6, EA; LI 015: GAS COUNTERTOP GRIDDLE: Vulcan Model No. VCCG36-IS Heavy Duty Griddle, countertop, gas, 36" W x 24" D cooking surface, 1" thick steel plate, (3) burners, solid state thermostat every 12", IRX infrared burner technology, electronic spark ignition & pilot protection, wire knob guards, (1) drawer, stainless steel front, sides, front top ledge, front grease trough, 4" back & tapered side splashes, 4" adjustable legs, 72,000 BTU, NSF, CSA 4 ea 1 year limited parts & labor warranty 4 ea Gas type to be specified 4 ea 120v/50/60/1ƒ-ph, 2 amp, NEMA 5-15P 4 ea STAND/C-36 Equipment Stand, universal, 37" W x 24" H, 1/2" marine edge, undershelf, stainless steel, 5" casters, 4, EA; LI 016: FOOD PROCESSOR: Univex Model No. UFP13 Food Processor, angled continuous feed design, 485lb/hr production capacity, 300 rpm, stainless steel cutting surfaces, magnetic safety lock, aluminum alloy construction, 0.7 hp, 115v/60/1-ph, 4.29 Amps, NEMA 5-15P, cETLus, ETL-Sanitation 10 ea One-year, on-site parts & labor warranty, 10, EA; LI 017: RANGE, 60", 10 OPEN BURNERS: Vulcan Model No. 60SS-10BN Endurance Restaurant Range, natural gas, 60", (10) 30,000 BTU burners with lift-off burner heads, (2)standard oven bases, stainless steel front, sides, backriser & high shelf, fully MIG welded frame, 6" adjustable legs, 358,000 BTU, CSA, NSF 6 ea 1 year limited parts & labor warranty 6 ea Stainless steel backriser and liftƒ??off high shelf, 6, EA; LI 018: HD RANGE, 36", 4 OPEN BURNERS: Vulcan Model No. V4B36S V Series Heavy Duty Range, gas, 36", (4) 35,000 BTU open burners, cast iron grates, standard oven, stainless steel front, front top ledge, sides, base, burner box & stub back, 190,000 BTU, 6" adjustable legs, CSA,NSF 4 ea 1 year limited parts & labor warranty 4 ea Gas type to be specified 4 ea 1-1/4" rear gas connection 4 ea Rear gas connection: cap and cover, both ends, 4, 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 Hood 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 Hood 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. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 333241 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate 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 33.10. If you want to file a protest under the 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. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-2, Evaluation- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. Company must be registered on System for Award Management (SAM) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. If company is not registered in SAM, they may do so by going to SAM web site at www.sam.gov. Proposed responders must submit any questions concerning this solicitation before 25 July 2018, 1500hrs EST), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cbe6ad525cfa775a2584c4d31dfdfd5c)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN05014592-W 20180802/180731231411-cbe6ad525cfa775a2584c4d31dfdfd5c (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.