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

41 -- WALK-IN COOLER/FREEZER

Notice Date
8/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
36C25019Q1175
 
Response Due
9/2/2019
 
Archive Date
9/7/2019
 
Point of Contact
Amanda Reid
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Contracting Office Address Department of Veteran Affairs, Network Contracting Office (NCO 10) 8888 Keystone Crossing Ste 1100 Indianapolis, IN 46240 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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-36C25019Q1175 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-94/01-19-2017. The North American Industry Classification System (NAICS) number is 333415 and the business size standard is 1250. The proposed contract listed here is Set-aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB). Correspondence or questions regarding this RFQ must be in writing and may be sent by e-mail to Amanda.Reid1@va.gov. Only written inquires received directly from the offeror are acceptable. Telephone inquiries will NOT be honored. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. VA Northern Indiana Health Care System, Ft Wayne facility, is requesting replacement walk in coolers and freezers. No partial submissions will be accepted. The Government reserves the right to make no award at all. Name Brand or Equal to products are to be provided in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the requirements in the salient characteristics. All interested companies shall provide a brand name or equal to item quotation for the following: Supplies All items shall be new; refurbished/used items are not acceptable. ITEM# DESCRIPTION QTY UNIT OF ISSUE 193081-1 Walk-In One Compartment Cooler Bally Refrigerated Boxes 1 EA 193081-2 Walk-In Four Compartment Cooler/Freezer Bally Refrigerated Boxes 1 EA Salient Characteristics INTRODUCTION/BACKGROUND: VA Northern Indiana Health Care System is requesting replacement walk in coolers and freezers. The current walk in freezers and coolers are very old and continue to have temperature control issues. VAs was canvased to research others that have had a similar equipment request and all other had an entire kitchen remodel project, not just walk-ins. OBJECTIVE: To remove the current 3 compartments, walk in cooler/freezer and 1 walk in cooler with a 4 compartment walk in cooler/freezer and 1 walk in cooler. The condensers would be removed and disposed from the outdoors and the new condensers will installed into the sub-basement. This should include hall away of the current coolers/freezers and condensers. MAJOR REQUIREMENTS: Equipment Requirements One Walk-In Refrigerator Approximate size 15 ft 7 in x 11 ft 7 in 1 compartment with floor Ceiling: Single Span Panel Thickness: 4-inch exterior with 4-inch floor with 4-inch ceiling At least 5-year Compressor Warranty At least 5-year System Parts with 1-year Labor Warranty Refrigeration range: -40 to 100 degrees F Finishes: Stainless steel (22 Ga) Structural Components: Structurally reinforced insulated floor with interior ramp Stainless steel (22 Ga) Screws into regular VP base 10/L Stainless Steel (22 Ga) Capping for Ceiling 10/L Stainless Steel (22 Ga) Capping for Floor 2 notch Ceiling Panel Doors/Openings: 1 insulated stainless steel hinged door Interior and exterior kickplate 1 door window 1 stainless steel ramp 1 strip curtain Lighting At least (4) 48 LED lights At least 1 vapor proof LED blub Refrigeration: BLP 214MA-S1B-TSV + 115/1/60 R404A SmartVap + Air Defrost with EEV installed 1 BEZA 010 H8 HT3CB (208 230/3/60) w/ smart speed Scroll Unit 12000 BTU One Walk-in four compartment Cooler/Freezer with Floor Approximate sizes Walk in Cooler 1 compartment 12 ft 9 in x 17 ft 4 in Walk--in Cooler 2 compartment 13 ft 8 in x 17 ft 4 in Walk-in Freezer 1 compartment 15 ft 8 in x 17 ft 4 in Walk-in Freezer 2 compartment 15 ft 8 in x 17 ft 4 in Ceiling: Multi Span Self Supporting Panel Thickness: 4 Exterior Vertical with 4 Partition, 4 Floor, 4 Ceiling 1260 S/F ½ Plywood Foamed in Panel 16 Notch Floor Panel Pressure Relief Ports (<400 sq/ft) Refrigeration range: -40 to 100 degrees F At least 5 year Compressor Warranty At least 5 year System Parts with 1 year Labor Warranty Finishes: Stainless steel (22-26 Ga) Doors/Openings: 4 Super Doors 1/8 D.T. Kickplate Interior and Exterior 4 Door Windows 4 each 3 Stainless Steel Ramps 4 Strip Curtains Lighting At least (21) 48 LED KEIL 48x754-CL-N Lights Structural Components: Structurally reinforced insulated floor with interior ramps 4 Vapor Proof LED Bulb Screws into regular VP base 100 L/F Self Supporting 6 channel 166 L/F Stainless Steel (22 Ga.) Capping Ceiling 166 L/F Stainless Steel (22 Ga.) Capping Floor 16 Notch Floor Panel 16 Notch Ceiling Panel 20 S/F Stainless Steel (22 Ga)(Closure Metal) 100 S/F Stainless Steel (22 Ga)(Removable Closure) Refrigeration: 2 BEZA 035 L8 HT3CC (208 230/3/60) Must include: Suction Accumulator 1 BEZA 020 H8 HT3CB (208 230/3/60) w/ smart speed Scroll Unit 18200 BTU 1 BEZA 025 H8 HT3CB (208 230/3/60) w/ smart speed Scroll Unit 22700 BTU 1 BLP 320MA S1B TSV+ 115/1/60 R404A SmartVap+ Air Defrost with EEV Installed 1 BLP 314LE S2B TSV+ 208 230/1/60 R404A SmartVap+ Electric Defrost with EEV Installed 1 BLP 317LE S2B TSV+ 208 230/1/60 R404A SmartVap+ Electric Defrost with EEV Installed 1 BLP 423MA S1B TSV+ 115/1/60 R404A SmartVap+ Air Defrost with EEV Installed Installation Services: Contractor shall perform all installation services between the hours 5:30 AM and 7:00 PM, 7 Days a week.   Contractor shall uncrate and move new walk in coolers to the location of installation. They shall also dispose of all trash, excess material, installation waste, and packaging. All old equipment shall be removed and disposed of by the contractor including freon from old equipment. Contractor shall provide and install a temporary plastic wall in front of walk in coolers during demolition and installation to provide a barrier. Contractor shall provide 1 freezer truck and 1 cooler truck for current food on hand during installation. Contractor shall remove and dispose old outdoor condensing units and install new units in the subbasement with new piping, erect the boxes, and hang coils. Run and insulate refrigeration lines through the ceiling to the subbasement. Contractor shall reinstall suppression sprinkler and sprinkler heads and make all final electrical connections within 5 feet of termination points. MEETINGS AND REVIEWS: The VA requires a site visit during the solicitation phase. Site review is mandatory in order for quote to be considered. Site review will take place on Friday, August 30, 2019 at 2121 Lake Avenue, Ft Wayne, IN 46805, at 10am eastern time. This is the ONLY day the site visit will be held. We will meet at the main lobby and proceed to the Nutrition and Food Services Department. Please RSVP with the contract officer via email, by Tuesday, August 27,2019, no later than 10am eastern time to confirm you will be in attendance. Amendments will be posted answering questions from the site review on September 3, 2019 at 1:00 PM EST. Delivery: FOB destination. Delivery will be to the VA NIHCS, Attn: Nutrition and Food Services, 2121 Lake Avenue, Ft Wayne, IN 46805 FAR Provisions: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must comply with all instructions contained in provision. The following additional provisions apply: Offerors shall provide a written quote with an itemized list of items addressing all the line items. Must provide documentation supporting all requirements of the salient characteristics stating how they are equal to or exact match. Addendum to 52.212-1 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand name or Equal VAAR Provisions: 852.273-74 Award Without Exchanges End of Addendum to 52.212-1 52.212-2, Evaluation-Commercial Items, Award shall be made to the vendor whose quotation represents the lowest price technically acceptable to the Government after review by the evaluation team. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. SDVOSB and VOSB socio-economic categories must be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via https://www.vip.vetbiz.va.gov/ (VetBiz) prior to award if selected. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.204-10, 52.209-6, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13 VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2008) 852.211-70, Contract Terms and Conditions-Commercial Items applies to this acquisition. 852.215-70 Contract Terms and Conditions-Commercial Items evaluation applies to this acquisition; 852.219-10 VA Notice of Total Service-Disabled Veteran- Owned Small Business Set-Aside (JUL 2016) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 852.247-71 Delivery Location (OCT 2018) Shipment of deliverable items, other than reports, shall be to: VA NIHCS Attn: Nutrition and Food Services 2121 Lake Avenue Fort Wayne, IN 46805 QUOTE FORMAT AND SUBMISSION REQUIREMENTS: a. Submission of quotes shall be received no later than 10am. (EST) on Friday, September 6, 2019, only via email to Amanda Reid, Contracting Officer, Amanda.Reid1@va.gov. Late submissions of quotes will not be evaluated, accepted, or considered for award. b. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM. Offerors must also be listed and verifiably registered in Vetbiz.gov to qualify for this set-aside. c. All Quote submissions must list your DUNS number, CAGE code, Federal TIN with Company name, POC, phone number, and proof that you are an authorized distributor. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. 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/spg/VA/InVAMC538/InVAMC538/36C25019Q1175/listing.html)
 
Place of Performance
Address: Ft Wayne VA Medical Center;2121 Lake Ave;Ft Wayne, IN
Zip Code: 46805
Country: USA
 
Record
SN05415092-F 20190824/190822230048 (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.