Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2019 FBO #6483
SOLICITATION NOTICE

73 -- Meal Delivery Carts

Notice Date
8/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;4135 S. Power Road, Suite 103;Mesa AZ 85212
 
ZIP Code
85212
 
Solicitation Number
36C25819Q0448
 
Response Due
8/30/2019
 
Archive Date
10/29/2019
 
Point of Contact
480-466-7935
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25819Q0448 Posted Date: 8/22/19 Product or Service Code: 7310 Food Cooking, Baking, and Serving Equipment Set Aside: SDVOSB VIP Certified NAICS Code: 333318 Other Commercial and Service Industry Manufacturing Contracting Office Address Department of Veteran Affairs NCO 22-Gilbert 4135 S Power road #103 Mesa, AZ 85212 Description This is a 100% TOTAL SDVOSB (SERVICE DISBALED VETERAN OWNED SMALL BUSINESS SET ASIDE) for BRAND NAME OR EQUAL TO for Aladdin. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal The associated North American Industrial Classification System (NAICS) code for this procurement is 333318, with a small business size standard of 1000 employees. The Southern Arizona VA Health Care System (SAVAHCS) is seeking to purchase Meal Delivery Carts. All interested companies shall provide quotation for the following: Supplies Heat on Demand and Meal Delivery A. Background The Southern Arizona VA Health Care System (SAVAHCS) located at 3601 S. 6th Ave, Tucson, Arizona 85704 Nutrition and Food Service (NFS) department is embarking on a project to modernize patient meal delivery. The current system for patient meal delivery is outdated and has resulted in decreased patient satisfaction; food items are not being delivered hot or cold enough. Additionally, our current cart system is bulky and is not ergonomically safe for staff. B. Scope NFS is responsible for patient meal production. To meet patient satisfaction goals and Hazard Analysis Critical Control Point (HACCP) quality compliance standards, NFS needs to modernize the current meal delivery system. The contractor shall provide all labor, materials, transportation, and equipment. The contractor shall provide a complete response to the solicitation verifying and acknowledging each of the technical requirements and services needed by the Government. The contractor s response to each of the technical requirements and services shall be reviewed during the technical evaluation to decide as to the contractor s ability to provide the services contained in this solicitation. Eligible dishware provided by the contractor will be replaced yearly to ensure items are presentable and in good working condition. C. Services 1.1 Government Furnished Services 1.1.1 The Government will arrange for removal of current meal delivery system. 1.1.2 Electricity- the Government will provide access and appropriate electrical connections required for equipment. 1.2 Contractor Furnished Services The contractor shall perform in a professional, cooperative, and workman like manner. All equipment and services are required to meet Federal, State, local regulations, the National Electric Code, Occupational Safety and Health Administration, Food and Drug Administration Food Code, National Restaurant Association Standards, and National Sanitation Foundation Standards. Specific contractor responsibilities are listed below: 1.2.1 Contractor will install, set up, and commission the kitchen equipment. 1.2.2 Contractor will ensure that units are in good working condition. 1.2.3 Contractor will provide staff training. 1.2.4 Contractor will provide items and quantities as listed in Attachment A. D. Equipment- refer to Attachment A 1.3 Heat on Demand System 1.3.1 (2 each) Brand name or equal system, Aladdin Heat on Demand Advantage Activator IND7003 1.3.2 Design Features: a. 12-second heating cycle via induction heating b. Heating cycle unaffected by voltage fluctuations c. Keeps food at or above 140F for 60+ minutes without a pre-heated plate d. Bases must fit standard 9-inch plates e. LED display and alert for when base is ready for use f. Audible indicator f. Bases stay cool to the touch 1.3.3 Construction Features: a. Made of stainless steel b. 26.81 inches wide x 24.16 inches deep x 12.83 inches high c. 208 Volts/ 60 Hertz/ Three phase 1.4 Heat on Demand Pellet bases 1.4.1 Must be compatible with Heat on Demand system, induction heating 1.4.2 Must accommodate standard 9-inch plate and dome 1.4.3 Base must sides must stay cool to the touch; must be dishwasher safe 1.4.4 Brand name or equal to Aladdin IHB26M 1.5 Heat on Demand Activator Table with side tables 1.5.1 Stainless steel table to provide space- saving way to hold plates, bases, and activator during meal period 1.5.2 Brand name or equal to Aladdin Heat on Demand Activator Side Table with Casters INDAT10STC 1.6 Ready Chill Bases and Domes 1.6.1 Brand name or equal system, Aladdin Ready Chill bases 1.6.2 Must fit standard 9-inch plates 1.6.3 Bases must maintain temperature for 30 minutes without dome 1.6.4 Bases must be dishwasher safe 1.6.5 Bases must freeze in less than 3 hours 1.6.6 Bases must change colors when frozen 1.6.7 Must be low profile and work with patient tray system 1.7 Essence insulated entrée domes 1.7.1 Brand name or equal, Aladdin Essence insulated entrée domes ALED200A 1.7.2 Fits 9-inch bases 1.7.3 Made from durable material that resists scuffing, stains, and water spotting 1.7.4 Fully foam insulated, must be stackable 1.7.5 Dishwasher safe 1.8 Allure 8-ounce insulated mug 1.8.1 Brand name or equal, Aladdin Allure insulated 8-ounce mug ALM400 1.8.2 Fully foam insulated 1.8.3 Dishwasher safe 1.9 Allure 8-ounce insulated bowl 1.9.1 Brand name or equal, Aladdin Allure insulated 8-ounce bowl ALB300 1.9.2 Fully foam insulated 1.9.3 Dishwasher safe 1.10 Allure 5-ounce insulated bowl 1.10.1 Brand name or equal, Aladdin Allure insulated 5-ounce bowl ALC400 1.10.2 Fully foam insulated 1.10.3 Dishwasher safe 1.11 Room Service trays 1.11.1 Brand name or equal, Aladdin Room Service Tray, black 1.11.2 15 inches x 20 inches 1.11.3 Curved and sculpted detail 1.11.4 High impact fiberglass 1.11.5 Dishwasher safe 1.12 Tray Delivery Carts NFS is requesting 15 tray delivery carts of brand name or equivalent to Aladdin MD28SLP8B6P45 1.12.1 Construction features a. Must be made of heavy gauge stainless steel b. 4-sided integrated molded polymer top rail for transporting additional items c. Full perimeter, non-marking polymer bumpers d. Floor drain with plug and slopped cart floor for easy cleaning e. Six-wheel (8-inch) balloon casters; 4 swivel casters and 2 fixed casters for easy maneuverability f. Must have easy tray access; 2 doors g. Must have angled side vents to reduce condensation build up 1.12.2 Design features a. 270 ° outer door swing b. Fits 15-inch x 20-inch food trays c. Must be able to accommodate 28 trays with 4 ½ inch spacing d. Removable tray slide ladders for easy cleaning e. Push handle for easy handling and cart control f. Must have double doors g. Must have pass through doors 1.12.3 Size a. Carts must be no taller than 45 inches (without casters), no longer than 53 inches, and no more than 38 inches wide E. Warranty The contractor shall provide the standard 12- or 24-month warranty; with an option to purchase an extended warranty of 3-5 years that will cover all parts, labor, supplies, travel costs, and user support at no additional cost to SAVAHCS. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. Delivery shall be provided 30 ARO. Delivery terms FOB destination. The contractor shall deliver line items to: Place of Performance Department of Veterans Affairs Southern Arizona VA Health Care System 3601 S 6th Ave Tucson, AZ 85723 Award shall be made to the quoter whose price is the lowest and meets all requested salient characteristics. The government will evaluate information based on the following evaluation criteria: meeting all listed salient characteristics and price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) Please see attachment A for complete listing of clauses, provisions, and statutes that apply to this RFQ. This is an open-market combined synopsis/solicitation for products as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submissions shall be received not later than 5:00 PM AZT, 08/29/2019 at louis.wade@va.gov Quotes will only be accepted via email. Hand delivered or mailed quotes will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). No late quotes will be accepted Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Specialist, Louis Wade, at louis.wade@va.gov, not later than 2:00 PM AZT 8/26/2019. Point of Contact Contracting Specialist, Louis Wade at louis.wade@va.gov. Prospective Offerors are notified that verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX. must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award. Additionally, any/all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. See attached document: Attachment A CLINS. See attached document: Attachment B FMS Vendor File Update Request Form. See attached document: Attachment C W-9 Form. See attached document: Attachment D VA Form 10091. See attached document: Attachment E Clauses and Provisions. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/d606f0872cc39aa536675225cb193baf)
 
Place of Performance
Address: Department of Veterans Affairs;Southern AZ VA Healthcare System;3601 South 6th Ave;Tucson, AZ
Zip Code: 58723-0001
Country: USA
 
Record
SN05414618-F 20190824/190822230025 (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.