Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

73 -- Dishwasher, Flight Type Dietetics

Notice Date
4/20/2020 3:08:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0338
 
Response Due
4/24/2020 12:00:00 AM
 
Archive Date
05/24/2020
 
Point of Contact
Ladell Holmes
 
E-Mail Address
ladell.holmes@va.gov
(ladell.holmes@va.gov)
 
Awardee
null
 
Description
Page 8 of 8 Combined Synopsis/Solicitation For 36C260-20-AP-2375 1. This is a combined synopsis/solicitation for a Dishwasher, Flight Type, BRAND NAME OR EQUAL as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation (RFQ36C26020Q0243) is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). Simplified Acquisition Procedures IAW FAR 13 will be used. 2. The solicitation number is 36C26019Q0338 and is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. 4. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 333318 code has a small business size standard of 1000. The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""Gray Market"" items. All items must be covered by the manufacturer's warranty. 5. Line Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Dishwasher, Flight Type Hobart Model No. FT1000E+ENERGY Equal Item: __________________ 1.00 EA __________________ __________________ GRAND TOTAL __________________ ITEM NUMBER DES CRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Parker Balston Steam Filter Model 23/75R Equal Item: __________________ 3.00 EA __________________ __________________ GRAND TOTAL __________________ 6. Comparable products must meet or exceed the following specifications: Salient Characteristics: Dishwasher, Flight Type Hobart Model No. FT1000E+ENERGY The equipment must meet the minimum of the following: The contractor shall provide equipment, labor, parts, materials to disassemble, disconnect, dispose of existing dish machine. The contractor shall assemble, install new dish machine. Contractor is responsible to hook up, terminate, and or connect all dish machine utilities. Contract shall do a full equipment commissioning, ensure the dish machine is 100 percent fully operational with zero discrepancies, provide operation and maintenance training, provide O&M manuals, and complete drawings. The new machine shall be National Food Safety certified The new machine shall comply with EPA Reduction of Lead in Drinking Water Act of 2014 The new machine shall include WS-80 water softener Power specifications per attached drawing Dish machine dimensions per attached drawing Steam consumption 215 lbs. per hour regulated at 10-45 psi Steam booster 64 lbs. per hour maximum based on 20 psi steam Unit maximum amperage NOT TO EXCEED 41.4 Rated Amps 208-240/60/3ph, Steam Coil Tank Heat, with built-in 120 Steam Thrush Booster Heater Unit to be in a Left (entrance) to Right (exit) Operation Includes a Tivoli II, III Conveyor belt with Cross Rods every 3rd Row The new machine shall include a 30-inch-wide conveyor belt Fifty-Eight (58) Gallons per hour rating / 0.97 gallon per minute 4.0 8.5 Adjustable variable Speed Conveyor Rating of 14,316 Dishes Max per Hour 40 Gallon Pre-wash, Wash, and Power Rinse tanks Unit to include pumped final rinse system, using no more than 58 gallons per hour Includes stainless steel tanks, chambers and enclosure panels on all sides Extension panels are completely removable without the use of tools for easy cleaning Insulated, hinged cabinet-style doors standard on all models, providing full access to machine INTERIOR chambers Prewash, power wash and power rinse scrap screens to be one piece, slanted design sloped toward the front of the machine, with a large, removable 16 gauge stainless steel scrap basket. Scrap system to be inside chamber allowing for a flat front. All wash pumps and impellers are stainless steel and self-draining, with easy to reach pump clean-outs to be provided for each pump. All motors are totally enclosed, fan cooled (TEFC) with inherent overload protection. Prewash, Wash and Power Rinse Pumps all to be at least 3.5HP Capless wash arms, eliminating wash arm end caps that need to be removed or can be lost Stainless steel wash tanks are deep drawn with minimal welds, and are contoured to the drain opening for easy cleaning All models include standard stop/start switches at the load and unload ends of the machine, as well as on the control box keypad. Easy-to-remove 4-ply curtains within the machine, and a thermal-layered curtain at the load, aid in heat retention. Photo electronic eyes activate machine operation and sequence the fresh water final rinse system, reducing operating costs. Energy Recovery utilizes an on-board exhaust fan (with a single indirect vent connection) to provide increased heat retention for a reduction in operating costs. Manual drains located at each tank for easy use; Energy Recovery feature an automatic drain, which can be located at either the load or the unload section, to be used in conjunction with Auto Clean and Auto Delime. Energy Recovery system operates with a cold water line, capturing energy from the exhaust air and using it to elevate the temperature of the water entering the booster heater. Microprocessor controls are located on the machine control box at eye level and provide digital temperature display, alerts and diagnostics; all are programmable in English. Diagnostics and alerts, including dirty water indicator, energy saver mode, low temperature alerts, service diagnostics and more are programmable by the end user. Standard with a conveyor speed selection as well as a conveyor-jog switch to easily reverse the conveyor if needed. Includes Auto Clean feature automatically cleans the machine interior using the wash arms as well as specialized Auto Clean wash nozzles located on the backs of the chambers; the cycle is completed, and the machine is drained without operator intervention. Includes Auto Delime feature automatically de-limes the machine, including the Booster Heater and Energy Recovery/Ventless system. The machine will notify the operator of the requirement of a delime cycle based on the site s water hardness conditions as well as the machine s final rinse on-time, calculating a custom algorithm for the specific site. The machine will complete the cycle, drain, refill, rinse and drain without operator intervention (exclusive feature) Includes Humidity-reduction Blower Dryer includes side air diverters for more consistent air flow over ware. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: a. Meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 7. Delivery: Delivery shall be within thirty (30) days from the time of award. Hobart Model No. FT1000E+ENERGY shall be delivered to the Mann-Grandstaff VA Medical Center located at 4815 N Assembly Street, Spokane, WA. FOB Destination. 8. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 9. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: a. Technical b. Price Technical is more important than price. 10. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 11. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 12. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 13. There are no additional contract requirements, terms or conditions. 14. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 15. Quotes must be emailed to ladell.holmes@va.gov no later than 12pm PST on 04/24/2020. Quotes may be submitted on this document or the vendor s own form. No late quotations will be accepted. 16. For information regarding the solicitation, please contact Ladell Holmes at ladell.holmes@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e60162b2beaa441ba281dac966f30596/view)
 
Place of Performance
Address: Mann-Gradstaff VAMC;4515 N. Assembly ST;N&FS;Spokane 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN05626893-F 20200422/200420230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.