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

36 -- Kitchen Equipment

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 177 MSG/MSC, NJ ANG, 400 LANGLEY ROAD, EGG HARBOR TOWNSHIP, New Jersey, 08234-9500, United States
 
ZIP Code
08234-9500
 
Solicitation Number
W912KN18R6007
 
Point of Contact
Johanna Paz, Phone: 6097616097, Kirk E. Sherry, Phone: 6097616096
 
E-Mail Address
johanna.paz.civ@mail.mil, kirk.e.sherry.mil@mail.mil
(johanna.paz.civ@mail.mil, kirk.e.sherry.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation. The 177th Fighter Wing has a requirement for brand new Kitchen Equipment to be delivered to 400 Langley Road, Egg Harbor Twp., NJ 08234. The 177FW intends to award a firm fixed price contract for this requirement. The North American Classification System (NAICS) code for this acquisition is 333241 and the related size standard is 500 employees. The list of equipment required is as follows: Food Counters: Ameri Flex Hot Food Counter- Equal or Similar to American Food Service Co. Model #HF80- Qty 2 Ameri Flex Cold Food Counter- Equal or Similar to American Food Service Co. Model #CF80AF- Qty 2 Ameri Flex Mobile Counter- Equal or Similar to American Food Service Co. Model #MC66AF- Qty 3 Ameri Flex Tray Starter- Equal or Similar to American Food Service Co. Model #TS32- Qty 2 Partion Wall in accordance w/ attached spec-Equal of Similar to American Service Co. Model No. MWKNEWP-Qty 2 - REMOVED 9/13/2018 Installation (see attached documents for installation and Counter and Partition Wall Specifications) Beverage Counter - ADDED 9/13/2018 Beverage Counter-Equal or Similar to American Food Service Co. Model FC-1-36-Qty 2 Cooking/Kitchen Equipment: Fryer Battery, Gas- Equal or Similar to Vulcan Model 2GR85MF- Qty 1 Tilting Skillet Braising Pan, Gas- Equal or Similar to Groen Model No. BPP-40GC- Qty 1 Steamer, Convection, Gas, Floor Model- Equal or Similar to Vulcan Model C24GA10-Qty 1 Safety System Moveable Gas Connector- Equal or Similar to Dormot Manufacturing Model 167SKIT48-Qty 1 Safety System Moveable Gas Connector- Equal or Similar to Dormot Manufacturing Model 1612SKIT48-Qty 1 Safety System Moveable Gas Connector- Equal or Similar to Dormot Manufacturing Model 167SOKIT48-Qty 1 Installation in accordance with attached document Combi Oven, Gas- Equal or Similar to Rational Model B229206.19E202-Qty 1 Chef Assistance Program- On-Site Training of Government Personnel-Qty 4 hours Water Filtration Single Cartridge System- Equal or Similar to Rational Model 1900.1154US-Qty 1 Installation in accordance with attached document. NOTES: 1. Contractor is not responsible for Oven Disposal. Existing oven shall be turned over to the Government after removal. 2. ADDED 9/13/2018: 120 / 208 voltage 20amp circuit is available at the oven location. Roll Thru Heated Cabinet- Equal or Similar to Traulsen Model AIH232LP FHS-Qty 1 Refrigerator Rack, Roll-In- Equal or Similar to New Age Model 1335- Qty 2 Installation in accordance with attached document Interested vendors are highly encouraged to attend the site. Due to security conditions, all vendors must register to attend the site visit. COMMENT ADDED 9/13/2018: Offerors may provide an alternate proposal. However, offerors must also price the RFQ as originally specified by the Government. A site visit will be conducted on 13 September 2018 at 0900hrs. Location is 177FW, Bldg. 52, Room 30 (Readiness Classroom) 400 Langley Road, Egg Harbor Twp., NJ 08234. Email the following information for all attendees to Ms. Johanna Paz at the following address: usaf.nj.177-fw.list.fal-msccontracting@mail.mil. Firm Name and Telephone Number: Visitor's Name: Company Name, Address and Phone Number: This information must be provided in advance, NLT Noon, EST, 12 Sep 2018 in order to ensure access to the military base and site. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the site visit. This information will be provided to the Base Security Forces who will authorize your entrance to the site. Visitors will be escorted by a designated representative at the Installation's Main Entry Gate 15 minutes prior to the meeting. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Drivers License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such. Information provided at the site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A record of the conference shall be made and furnished to all prospective bidders via posting at http://www.fbo.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. The vendor selected must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-6, Protecting the Government's Interest when subcontracting with contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-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 (related size standard must appear in the Offeror's Representations and Certifications) ; FAR 52.212-4, contract Terms and Conditions-Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.232-1, Payments; FAR 52.232-23, Assignment of Claims; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-2, Inspection of Supplies-Fixed Price. The following clauses will be incorporated in full text for this acquisition: FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2012); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984). BASIS FOR AWARD: Price in meeting the requirements of the solicitation. Offerors shall provide at least three (3) references, with points of contacts for similar requirements performed within the last three (3) years. The following DFARS clause will be incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.232.7003-Electronic Submission of Payment Requests and Receiving Reports. The following DFARS clause will be incorporated in full text: DFARS 252.211-7003- Item Unique Identification and Valuation; DFARS 252.232-7006 Wide Area Work Flow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations. It is the firm's or individual's responsibility to be familiar with applicable provisions and clauses. All Federal Acquisition Regulation (FAR) Provisions and Clauses may be viewed in full text at the Table of Contents via the Internet at http://farsite.hill.af.mil/. All firms or individuals responding shall have active registrations in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE), formerly known as Wide Area Workflow (WAWF). Information concerning SAM and PIEE registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. Equipment shall be delivered FOB DESTINATION to 177th Fighter Wing 400 Langley Road, Egg Harbor Twp., NJ 08234. POC is Ms. Johanna Paz at 609-761-6097. Proposals MUST be submitted by email to usaf.nj.177-fw.list.fal-msc-contracting@mail.mil NLT 1200hrs, EST, 18 Sep 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA28-1/W912KN18R6007/listing.html)
 
Place of Performance
Address: 400 Langley Road, Egg Harbor Twp, New Jersey, 08234, United States
Zip Code: 08234
 
Record
SN05088680-W 20180915/180913231631-61bc3d33f91142d44bbb14c613912eb9 (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.