Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

73 -- 605-20-3-077-0487 Conveyor Type Dishwasher (VA-20-00071025)

Notice Date
7/20/2020 2:04:14 PM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q1158
 
Response Due
7/27/2020 1:00:00 PM
 
Archive Date
08/26/2020
 
Point of Contact
James Simms, James Simms, Phone: 562-766-2256
 
E-Mail Address
james.simms@va.gov
(james.simms@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses/incidentals associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 333318 (size standard of 1000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a CLPS86EN-EGR+ BUILDUP DISHWASHER CONVEYOR TYPE (or equal product). A walk-through of the site is required.at VA Loma Linda Nutrition and Food Service dishwash area This is to allow for answering questing and confirming necessary details required for placement, installation and proper connections of the conveyor dishwasher (examples: necessary tools and materials, sizes of fittings, power sources, entrances, access to location, crawl spaces, etc.) and other ancillary equipment items. The VA Loma Linda will NOT cover travel expenses, lodging, meals, rental vehicle, or other incidentals. Interested contractors/vendors/dealers/suppliers/representatives will have to cover all travel expenses associated with the site visit. It is the responsibility of the interested contractors/vendors/dealers/suppliers/ representatives to research COVD-19 related restrictions that may impact travel or quarantines. Please respond to James Simms at james.simms@va.gov with availability dates for the walk-through. At a minimum the CLPS86EN-EGR+ BUILDUP CONVEYOR TYPE DISHWASHER shall meet the following salient characteristics with a brand name or equal product for the VA Loma Linda Healthcare System: Brand name (or equal) Info: ITEM # DESCRIPTION Qty UNIT PRICE 1 Hobart #CLPS86EN-EGR+ BUILDUP DISHWASHER, CONVEYOR TYPE CLPS86EN-EGR+BUILDUP 1 EA $0.00 2 KBC-200 SOILED BREAKDOWN AND CONVEYOR SYSTEM 1 EA $0.00 3 S419 - WASTE COLLECTOR 1 EA $0.00 4 INSTALLATION - completed during normal business hours 1 EA $0.00 5 FREIGHT/SHIPPING (if applicable) 1 EA $0.00 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. NOTE: This project requires an on-site visit/walkthrough to clarify placement and configuration needs for the dishwasher and conveyors. Interested offerors are fully responsible for all costs related to their travel, lodging, rental vehicles, meals or other incidentals. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the warranty coverage? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller to the VA for the items identified above (or equivalent product/solution), please submit letter/documentation stating authorization/partnering from the manufacturer for bid to be considered for selection. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Interested parties of sources sought must be an authorized reseller, distributor, or dealer. Verification can be provided by an authorization letter or other documents from the manufacturer. No exceptions, must be a manufacturer authorized distributor No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer Responses to this notice shall be submitted via email to james.simms@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, July 27, 2020 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK AND CRITERIA FOR: 605-20-F418 REPLACE DISHWASHER TITLE: Replace/Installation of Electric Conveyor Type Dishwasher BACKGROUND INFORMATION: Department of Veterans Affairs VA Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 The current conveyor dishwashing machine has frequently not reached temperature for the final rinse and had multiple mechanical and plumbing issues over the past few years. At present the blower on the machine is unable to thoroughly dry dishware. NFS is responsible for the feeding of patients (162 acute care beds and a 108 Community Living Center) 3 meals and snacks per day, creating a substantial use for a high-capacity dish machine. Department of Veterans Affairs VA Loma Linda Healthcare Nutrition and Food Services (NFS) is requesting the procurement, delivery and installation of the Hobart Model No. CLPS86EN-EGR+BUILDUP Conveyor Type Dishwasher (Electric Unit) or comparable item with Blower Dryer, soiled breakdown system and Waste Collector to include placement and installation. OBJECTIVES: The purpose of this contract is to have a Contractor to furnish all labor, materials, supplies, tools, equipment to install new Hobart Model No CLPS86EN-EGR+Buildup conveyor dishwasher or comparable item prepare site as specified below. Specific tasks will include but are not limited to: Install: Uncrate and set new dish machine in place, remove all packaging debris Make final connections within 5' of connection point Modify duct to connect to new dish machine to existing ceiling duct Salient Characteristics: Conveyor Dishwasher, energy recovery (DWER), (2) tank with a Power Scrapper, (342) racks/hour, insulated hinged doors, .39 gallon/rack, stainless steel enclosure panels, microprocessor controls with low temperature & dirty water indicators, NSF pot & pan mode, power scrapper vent cowl curtain kit, 30 kW stainless booster, drain water tempering kit, ENERGY STAR® CLPS86EN EGRELE0AX 208v/60/3 ph, electric heat only CLPS86EN EGRHTE15K Electric tank heat 15kW wash/10kW rinse 1 ea CLPS86EN EGRERH30K 30kW electric booster 1 ea CLPS86EN EGRDIR0LR Left to right operation BDELRAX HTSDOM Higher than standard, domestic, Blower Dryer Electric, 208/60/3 L R, includes (1) 4 X 16 vent stack CLPS86EN EGRHGTHTS Higher than standard 1 ea CLPS86EN EGRFETSTD Standard feet EXTHD/E ADJ E series extended hood (adjustable) 6 ea DISHRAK PEG20 Peg rack 4 ea DISHRAK COM20 Combination rack 2 ea SHTPAN RACK Rack, 6 sheet pan 2 ea 1/2INSHK ABSRBR Water Shock Absorber Kit (Unit without booster also needs PRESREG 1/20BR) 1 ea 2x quantity 1/2INSHK ABSRBR recommended for all EGR/ADV machines (1 each required for both incoming Hot and Cold water lines) 1 ea SEF 8557A CIRCUIT BREAKERS Common connection for all electric booster electric tank heat units. one electric connections. One for motors, controls and tank heat AND one connection for booster. (2 breakers) 1 ea soiled breakdown system, Aerowerks Model No. SOILED BREAKDOWN AND CONVEYOR SYSTEM (or comparable brand name item) Soiled dish table, c/w waste trough, magnetic silver saver, (02) perforated s/s ledges, (02) pre rinse stations, overhead rack & storage shelf Qty 1 Fast track rack transfer conveyor, model Aerowerks KBC 200 (or comparable brand name item), c/w electrical control panel, (02) scrap sump w/ perforated scrap basket, plate landing deck and remote start/stop station Qty 1 Hose clean up station Qty 1 Mobile soak sink Qty 1 Assembly A. Authorized Factory Technician will arrive at jobsite to field weld, polish and interconnect Aerowerks (or comparable brand name item) equipment. This covers all inter electrical and plumbing connections of Aerowerks (or comparable brand name item) components only. B. Assembly to be performed during regular working hours. Overtime, weekend, evening or standby labor time is not included. C. Assembly is quoted based on Non Union/Non Prevailing labor rates. D. Please be advised that all Aerowerks (or comparable brand name item) equipment MUST be assembled by an Authorized Technician(s) or authorized service agent. Warranty is void if assembled by an unauthorized service agent. 1 ea Waste Collector Salvajor Model No. S419 (or comparable brand item) Trough Collector , trough conveyor & collecting system (widely accepted in areas where disposers are restricted), HYDROLOGIC® with LCD readout, trough diffuser, salvage basin & silverware trap, scrap basket, 3/4 HP corrosion resistant pump, pump intake screen ,stainless steel construction, start/stop pushbutton control panel, with safety line disconnect & automatic shut off timer, UL, CSA, CE, NSF 1 ea Collector top is available to ship to the fabricator in advance of unit (additional shipping charges will apply). 1 ea 208v/60/3 ph, 3.2 amps 1 ea RSS Remote start/stop switch for all controls (HydroLogic control with operator sensor comes standard mounted to SM/PSM models. ONLY add if additional on/off control is required) 1 ea 980104 Mounting bracket for RSS, MSS, MSS LD, MRSS, MRSS LD 1 ea 997101 Control padlock hasp 2 ea 988001 Gusher head assembly for TVL, TVR & S419 1 ea 980061 Additional trough diffuser for TVL, TVR or S419 1 ea 992013 Additional scrap basket 1 ea 980211 Seismic Flange for Support Leg (3 included) Installation Uncrate and set new dish machine in place Make final connections within 5' of connection point Modify duct to connect to new dish machine to existing ceiling duct Prevailing Wage Remove all packing debris Final connections to equipment To perform assembly of blower dryer and and dish machine startup/training Aerowerks (or comparable brand name item authorized Technician) to perform assembly conveyor No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer PERIOD OF PERFORMANCE: 30 days PLACE OF PERFORMANCE: VA Loma Linda 11201 Benton St Loma Linda, CA 92357 LICENSING REQUIREMENTS: Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. SPECIFIC REQUIREMENTS: Schedule with Contracting Officer Representative (COR) or Designee five (5) business days in advance prior to start of work. Prior to start of job, all personnel shall have a valid Loma Linda PIV badge Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. Prior to work each day, workers or a designated lead or supervisor are/is to check in with the Graphics Control in the plant. Contractor shall conform to the following standards, policies, regulations, governing agency, and any other local, state, or Federal guidelines that are not listed here OSHA Regulations, www.osha.gov NFPA, www.nfpa.org
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c355f7bfa1274d27bfa594f8eb52b10e/view)
 
Place of Performance
Address: Department of Veterans Affairs VA LOMA LINDA HEALTHCARE SYSTEM 11201 BENTON STREET WAREHOUSE – 1C05, LOMA LINDA 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05726927-F 20200722/200720230152 (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.