Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

73 -- Bay City Kitchen

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
60 South O Street, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
MCCOYINSTALLATIONAS0014
 
Response Due
9/19/2018
 
Archive Date
3/18/2019
 
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
Total 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 MCCOYINSTALLATIONAS0014 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 335228 with a small business size standard of 500.00 employees. This requirement is a [ 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 2018-09-19 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be BAY CITY, MI 48706 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: ICE MAKER: Elevation series modular cube ice maker from Ice-O-Matic that makes approximately 435 lb per day of Half size cubes (3/8" x 7/8" x 7/8") with an air-cooled, self-contained condenser. There is built in Agion antimicrobial protection on this ice maker and it features simple, one-touch controls for sanitization and descaling. Smart LED lights on this modular cube ice maker indicate machine status and will let you know when cleaning is required. This Elevation series modular cube ice maker operates at 115 Volts, 60 Hz, 1-phase and 11.0 Amps. The CIM0430HA ice maker is ENERGY STAR certified, NSF listed, and UL listed for the United States and Canada, and it has BPA-free snap-in, snap-out dishwasher-safe components., 1, EA; LI 002: ICE-O-MATIC STORAGE BINS: Ice cold with their tight seals, polyethylene bin liners, and industrial foam insulation. Don't worry about the machine getting dirty, either; these bins are designed with corrosion-resistant, fingerprint-proof exteriors. Easily alter its height with the NSF approved adjustable legs. This bin measures 30 inches wide, and has a 510 pound storage capacity. Up to 510 LB storage capacity 30" Wide 6" Adjustable Legs Stainless steel bin exterior With Cuber Head, 1, EA; LI 003: RANGE, 60", 6 BURNERS, 24' GRIDDLE: Atosa ATO-6B24G CookRite Gas Range, 60'', (6) 25,000 BTU open burners and 24'' griddle on the RIGHT, (2) 26-1/2" wide ovens, pilot light, legs, 252,000 total BTU, cETL, ETL-Sanitation Height: 56.38 Width:60 Depth: 32.63 Weight: 891 Top: (6) Open Burners, (1) 24" Griddle Base: (2) Standard Ovens, 1, EA; LI 004: PLASTIC SHELVING UNITS: Camshelving ® Elements Stationary Add-On Unit, 24"W x 72"L x 72"H, 4-tier, withstands temperature from -36 °F (-38 °C) to 190 °F (88 °C), includes: (4) solid reinforced polypropylene shelf plates with Camguard ® antimicrobial protection, (2) composite posts with leveling feet installed, pre-assembled post connectors & wedges, (8) stationary traverses & (4) bags of 8 count dovetails (16 each A & B), 600 lbs. capacity per shelf /2,000 lbs. max capacity, brushed graphite, NSF, 4, EA; LI 005: PLASTIC SHELVING UNIT: Camshelving ® Elements Mobile Unit, 21"W x 42"L x 70"H, 4-tier, withstands temperature from -36 °F (-38 °C) to 190 °F (88 °C), includes: (4) vented reinforced polypropylene shelf plates with Camguard ® antimicrobial protection, (4) composite posts, pre-assembled post connectors & wedges, (8) mobile traverses & (4) bags of 8 count dovetails (16 each A & B), (4) premium swivel casters with total locking brake, 750 lbs. max capacity, brushed graphite, NSF, 3, EA; LI 006: SERVING COUNTER, HOT FOOD, ELECTRIC: Eagle Group Model: SPHT5-240 portable sealed well hot food table, electric, open base, 81-1/2"W x 32-1/4"D x 34"H wet or dry operations, (5) 12" x 20" stainless stell sealed wells, individual infinite controls, (5) 3/4" drains, drain manifold with valve, includes removable poly cutting board, stainless tell dish shelf, & adjustable stainless steel undershelf, push bar attached to end panel, 20/430 highly polished stainless steel top &body, 1-5/8" diameter stainless steel tubular legs, 4" diameter swivel caster, 4750 watts, 240v/60/1-ph, 19.8 amps, NEMA 6-30P. NSF, cUlus AutoFill automatic Water Fill System, for sealed well hot food tables (SHT & SPHT models) add "A" in front of the dash in model number, NSF & UL approved, 1, EA; LI 007: SERVING COUNTER, COLD FOOD: Affordable Portable Refrigerated Cafeteria Unit with black wrapper complete with cafeteria NSF2 Certified breath guard, 60"W x 24"D x 35"H, storage with door base, 4-Pan size, 6" deep stainless well, 1" drain, MTO-15 working days plus day for order entry, with locking casters, 120v/60/1-ph, NEMA 5-15P, UL, NSF, USA Vollrath Affordable Portable refrigerated cold stations are constructed of vinyl-clad, 20-gauge carbon steel. Foamed-in-place polyurethane foam insulation. 1 (2.54 cm) drain makes clean-up easy. Fully enclosed clear acrylic breath guards with 12" (30.5 cm) clearance. NSF2 Certified, 18 gauge 300 series stainless steel work surfaces, 8 ft. power cord, Locking casters included., 1, EA; LI 008: WORK TABLE, STAINLESS STEEL TOP: BK Resources VTT-4830 Work Table, 48"W x 30"D, 18/430 stainless steel top, with turndown edges on all sides, reinforced with channels, adjustable galvanized undershelf, 1-5/8" dia. galvanized legs, adjustable high-impact corrosion-resistant feet, NSF with casters, 2, EA; LI 009: DRAWER: This unit features 20"W x 20"D x 5"H pan size with 200lb capacity, stainless steel assembly with plastic pan, fits 24"D, 30"D, & 36"D metal or wood work tables universal mounting kit included to attach to metal tables. ADA compliant. NSF approved., 2, EA; LI 010: WORKTABLE, STAINLESS STEEL TOP: T-430 18 gauge stainless steep top Easy to assemble Top reinforced with welded-on C channels All edges finished to provide safety Galvanized legs, under shelf, and gussets are standard on all models Adjustable high impact corrosion resistant feet Dimensions: 30"W x 48"L x35"H, 1, EA; LI 011: POT RACK: Pot Rack, table mount, 48"W x 55"H, 360 degree design, adjustable, extends 8" out from uprights on both sides, stainless steel construction, includes (16) stainless steel double-prong pot hooks & self-tapping screws, 1, EA; LI 012: SSBR-RA-PLY-PS4 CASTER KIT: Caster Kit, Work table POP box, Includes (4) 5 in. dia. expanding stem, Fits 1-5/8 in. OD tubing, Non-marking polyurethane tread, Top lock brake, 300 lb. capacity, Resistant to acids & caustics, Double ball bearing, Operational temp range -45F to 180F F, Zinc plated, 1, KT; LI 013: CONVECTION OVEN, GAS: The Duke E102-GLP is a double-deck propane gas powered oven with thermostatic controls. Constructed with a stainless steel front and painted top and sides for durability, this oven comes standard with eight inch adjustable legs. Each section has a two door 50/50 design made of stainless steel with double paned glass and latch-and-catch closing mechanism making them durable and energy efficient. The interior sections are porcelain coated with coved corners for easy cleaning. Each section holds five adjustable racks and is lighted for product visibility. The one and one half inches of insulation on the bottom, sides, and back and three inches of insulation on the top hold heat in for energy efficiency. The dial thermostat controls temperatures from 200 to 500 degrees Fahrenheit and a one hour dial timer with buzzer makes for consistent cooking temperatures and times. The high output atmospheric burner system produces 40,000 BTU to heat the oven quickly and has a main gas shut off value in the control panel.Convection Oven, LP gas, double-deck, standard depth, thermostatic controls, with 8" high stainless steel legs & adjustable stainless steel feet, stainless steel front, painted steel cabinet, 50/50 stainless steel independent doors, (2) windows, (5) racks, (13) rack positions, porcelain interior, (200 °-500 °F), 60 minute dial timer with buzzer & (2) speed fan, ENERGY STAR ®, 1, EA; LI 014: PLANETARY MIXER: PrepPal Planetary Mixer, 11 quart capacity, countertop model, #12 hub, gear driven, (3) speed controls, side mounted controls, 30-minute timer, includes: stainless steel bowl & guard, wire whip, aluminum flat beater & dough hook, 1 HP, 115v/60/1-ph, NEMA 5-15P, cETLus, ETL-Sanitation, 1, EA; LI 015: PROOFER CABINET, MOBILE Non-Insulated Universal Runner Heater/Proofer Cabinet, mobile, full height, 24"W x 32"D x 70"H, aluminum construction, forced air, removable chrome wire pan slides can be adjusted on 2" increments, accommodates (28) 18" x 26" pans, dual proof/heat control, field reversible clear door with magnetic door latch, removable control drawer, digital control, circuit breaker, LED digital thermometer display, corner bumpers, (2) swivel plate casters & (2) swivel/brake plate casters with polyurethane tread, NEMA 5-15P, 15.0 amps, 1500 watts, 120v/60/1-ph, cETLus, NSF (order #1078993), 1, EA; LI 016: REACH-IN REFRIGERATOR: Atosa Reach-In Refrigerator, three-section, self-contained refrigeration, 71.0 cu. ft. capacity, 33 ° to 45 °F temperature range, (3) locking hinged self-closing doors, (9) adjustable shelves, ventilated refrigeration, interior lighting, automatic evaporation, digital temperature control, air defrost, stainless steel interior & exterior, galvanized steel back, castors, bottom mounted refrigeration, 115V/60/1-PH, 7.6 amps, 1/3HP, cETLus, ETL, Energy Star compliant, 1, EA; LI 017: REACH-IN FREEZER: Reach-In Freezer, one-section, self-contained refrigeration, 21.0 cu. ft. capacity, -8 ° to -0 °F temperature range, (1) locking hinged self-closing door, (3) adjustable shelves, ventilated refrigeration, interior lighting, automatic evaporation, digital temperature control, electric defrost, stainless steel interior & exterior, galvanized steel back, bottom mounted refrigeration, 650 watts, 115v/60/1-ph, 7.5 amps, 1/2 HP, cETLus, ETL, CE, ENERGY STAR ®. 2 Year Warranty on Parts & Labor, 5 Year on Compressor. 27"w x 31.5"d x 82.2"h., 1, EA; LI 018: EQUIPMENT STAND: Champion Equipment Stand, 24"W x 24"D, stainless steel top shelf with 1-3/4" lip, galvanized steel adjustable bottom shelf & adjustable legs, 1" bullet feet, UL, 1, EA; LI 019: INSTALLATION OF ALL QUOTED EQUIPMENT ENSURING IT IS OPERATIONAL., 1, EA; LI 020: REMOVAL AND DISPOSAL OF EXISTING KITCHEN EQUIPMENT THAT IS BEING REPLACED TO INCLUDE ALL PACKAGING THAT THE NEW EQUIPMENT COMES IN, 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, MICC End User 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 End User 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: : technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than 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 can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "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 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. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d3637df11419007eca665e5eb1f4aa7b)
 
Place of Performance
Address: BAY CITY, MI 48706
Zip Code: 48706
 
Record
SN05088346-W 20180915/180913231506-d3637df11419007eca665e5eb1f4aa7b (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.