SOLICITATION NOTICE
73 -- CLC Foodservice Cooking Station Equipment
- Notice Date
- 8/16/2022 8:17:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24622Q0942
- Response Due
- 8/22/2022 8:00:00 AM
- Archive Date
- 10/21/2022
- Point of Contact
- Ruth A. Morris, Contract Specialist, Phone: 757-315-2985, Fax: Alternate POC: Kimberly Pauley
- E-Mail Address
-
ruth.morris@va.gov
(ruth.morris@va.gov)
- Awardee
- null
- Description
- This 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-06 published in the Federal register May 26, 2022. This solicitation is set-aside for SMALL BUSINESS The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 (Commercial and Service Industry Machinery Manufacturing) with a small business size standard of 1000 Employees. The FSC/PSC is 7320 (Kitchen Equipment and Appliances). The Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) EAST Hampton VA Medical Center, 100 Emancipation Drive Hampton VA 23667 is seeking to purchase Brand Name Food Service Equipment. All interested companies shall provide quotations for the following: Supplies/Services: Food Service Equipment Item Number Description QUANTITY UNIT 1) SERVING COUNTER, HOT & COLD Delfield Model No. KH4CR-96-BP Shelleyglasr Combination Hot/Cold Serving Counter,96"" long, (4) hot food wells, Bloomington cooled 26"" x 21-5/8"" x 7""deep with 3"" pan recess, 14 gauge stainless steel top, fiberglass base, 5"" swivel casters, self-contained refrigeration with R290, cUL, UL, NSF, 1/5 hp 1 EA 2) Delfield Model No. D-96 Cutting Board, 10"", composite fold-down 1 EA 3) Delfield Model No. J-96 Overshelf, 12"", 18 gauge stainless steel 1 EA 4) MOBILE PLATE AND DISH DISPENSER Lakeside Manufacturing Model No. 5210 Dish Dispenser, non-heated, cabinet style, enclosed base, mobile, (2) self-leveling dish dispensing tubes, Easy-GlideT design, maximum dish size 10-1/8"" diameter, stainless steel construction, 4"" Lake-Glide swivel casters (2) with brakes, corner bumpers 3 EA 5) VHP848 STAND, EQUIPMENT Nichols Custom Stainless Model No. EQPSND The top is 14 gauge stainless steel with four sides turned straight down 1-1/2"" and back 1/2"" at 60 degrees from vertical. The other 3 sides turned up 90. The base of the table is fully open and supported by 1-5/8"" O.D. x .065 thick stainless steel tubular legs fitted with stainless steel leg sockets and 5"" casters all locking. The stainless-steel shelf is continuously welded to the legs at approximately 10"" off the finished floor with all four sides turned straight down 1-1/2"" and back 1/2"" at 60 degrees from vertical. 1 EA 6) INDUCTION PLANCHA CookTek Model No. 680201 (PL362CRG-200) Induction Plancha, countertop, 36""W overall, 30""W x 23""D chrome half-grooved cooking surface, (2) independent 7000-watt induction zones, (2) temperature control knobs, (10) temperature settings, 325° to 525°F temperature range, (2) integral grease drawers, automatic shut-off, advanced cooling, stainless steel housing, 14kW, 208/240v/50/60/3-ph, 39 amps, IEC 309, 4-pin, cETLus, NSF, CE 1 EA 7 INDUCTION RANGE, COUNTERTOP CookTek Model No. 645100 (MC14004-200) Commercial Induction Range, countertop/work table mounted, (4) 3500 watt burners, glass-ceramic top, microprocessor with 10 power cook settings & auto-shut-off, LED display, integral cooling fan & grease filter, high-impact top, stainless steel housing, 208v/50/60/3-ph, 14.0kW, 38.9 amps , cETLus, NSF, CE 1 EA 8) COMBI OVEN, ELECTRIC RATIONAL Model No. ICP 6-FULL E 208/240V 3 PH (LM100CE) (CC1ERRA.0000218) iCombi Pror 6-Full Size Combi Oven, electric, (6) 18"" x 26"" sheet pan or (12) 12"" x 20"" steam pan or (6) 2/1 GN pan capacity, (3) stainless steel grids included, intelligent cooking system with (4) assistants; iDensityControl, iCookingSuite, iProductionManager, & iCareSystem, (6) operating modes, (5) cooking methods, (3) manual operating modes, 85° to 572°F temperature range, quick clean, care control, eco mode, 6-point core temperature probe, retractable hand shower, Ethernet interface, Wi-Fi enabled, includes (1)bucket of Active Green Cleaner & (1) bucket of Care Tabs, 208/240v/60/3-ph, 22.4 kW, IPX5, UL, cULus, NSF 2 EA 9) FRYER BATTERY, ELECTRIC Pitco Frialator Model No. SE18S-1FD SolsticeT Prepackaged Fryer System with SolsticeT Solo Filter System, electric, (1) 70-90 lb. oil capacity full tank, solid state controls, boil out, drain valve interlock, melt cycle, stainless steel tank, front & sides, under-fryer drawer filtration, 17.0kW (-F), UL, NSF, CE 1 EA 10) FRYER DUMP STATION Pitco Frialator Model No. BNB-SE18 SolsticeT Bread & Batter Cabinet, with BNB dump station fryer match design, approximately 19-5/8"" wide, includes 4-5/8"" recessed pan and screen, standard finish, stainless steel front, sides & door, for prepackage system SE 18 electric fryers, NSF 1 EA 11) REFRIGERATED WORK TOP Traulsen Model No. CLUC-72R-SD-WTLLL CenterlineT Compact Undercounter Refrigerator with Work Top, three-section, 72"" W, 18.80 cu. ft. capacity, self-contained rear-mount refrigeration, (3) left hinged solid doors (field reversible), electronic control with LED display, (2) epoxy coated shelves per section, 4"" backsplash, stainless steel exterior, anodized aluminum interior, (4) casters, R450A refrigerant, 1/4 HP, 115v/60/1-ph, 3.6 amps, NEMA 5- 15P plug, cETLus, ETL-Sanitation, 1 EA 12) RAPID COOK OVEN TurboChef Model No. BULLET BulletT Convection/Microwave Oven, Rapid Cook, electric, 21.1"" wide, ventless, countertop, fully insulated cook chamber, stores up to 256 recipes, internal catalytic converter, smart voltage sensor technology (US only), digital display with touch controls & wifi, removable rack and grease collection pan, bottom jet plate, pull down door with ergonomic handle, 13 1/2"" x 14 1/4, (2) solid PTFE baskets, (1) oven cleaner (1) oven guard, (1) aluminum paddle, (2) trigger sprayers, (1) baking stone, side hand grips,stainless steel front, top & sides,cULus, CE, UL EPH Classified, ANSI/NSF 4, TUV 1 EA 13) BLIXER Robot Coupe Model No.BLIXER4 Blixerr Commercial Blender/Mixer, vertical, 4.5 liter capacity, stainless steel bowl with handle, stainless steel fine serrated ""S"" blade assembly, on/off buttons, pulse switch, single speed 3450 RPM, 1-1/2 HP, 120v/60/1-ph, 11.0 amps, NEMA 5-15P, cETLus, ETL-Sanitation 1 EA 14) SINK, NSF, 2 COMP, 14 GAUGE Nichols Custom Stainless Model No. CUSTOM Custom stainless steel wall mounted hand sink measures 14"" long x 15"" wide x 17-1/4"" high. Price includes (1) faucet and basket drain. 1 EA 15) DISHWASHER, UNDERCOUNTER Hobart Model No. LXEH-2 LXe Dishwasher, undercounter, 23-15/16""W x 25-9/16""D x 32-15/16""H, high temperature sanitizing, (32) racks/hr, freshwater rinse, .74 gal/rack, delime notification, auto chemical priming, service diagnostics, detergent & rinse aid pump, 120/208-240(3W)/60/1-ph, cULus, NSF 1 EA 16) TRASH CAN Toter Model No. S0F23 -00BEI Trash Can, Step-On 23 Gal 1 EA 17) AG-246 REACH-IN DISPLAY REFRIGERATOR, 1 SECTION Traulsen Model No. RHT126WUT-HHG Spec-Line Refrigerator, Reach-in Display, one-section, 19.1 cu. ft., self-contained refrigeration, stainless steel exterior and interior, shallow depth, wide half-height glass doors, interior lights, (3) adjustable wire shelves per section,microprocessor controls, 6"" adjustable stainless steel legs, 1/3 HP, cULus, NSF 1 EA 18) AG-244 BUFFET/CAFETERIA, FOOD SHIELD BSI Model No. DECO-100 Layout: Angled -See Drawing (14""+72""+66""+72""+51""+51"")-- Includes: DECO-100; (1) DECO-100 End Post Stainless Steel #4 Finish; (1) DECO- 100 End Post Stainless Steel #4 Finish; Mounting Option TBD; DECO- 100; DECO-100; DECO-100; (1) DECO-100 Center Post Stainless Steel #4 Finish; (1) DECO-100 Center Post Stainless Steel #4 Finish; (1) DECO- 100 Center Post Stainless Steel #4 Finish; (1) DECO-100 Center Post Stainless Steel #4 Finish; (1) DECO-100 Center Post Stainless Steel #4 Finish; DECO-100; DECO-100; (1) 1/2"" thick Tempered Glass Panels - 2"" Round Tubing Uprights; (1) Layout Per Drawing; Estimated Shipping Weight: 679.25 1 EA 19) 500-3D REACH-IN FREEZER Traulsen Model No.RLT126WUT-FHS Spec-Line Freezer,Reach-in, one-section, 19.1 cu. ft.,self-contained refrigeration, stainless steel exterior and interior,shallow depth, wide full-height door,(3) adjustable wire shelves per section, microprocessor controls, unit can be programmed to operate at -10°F, 1/2 HP, cULus, NSF 1 EA 20) HAND SINK Advance Tabco Model No. 7-PS-30 Hand Sink, wall mounted, 14"" wide x 16"" front-to-back x 6"" deep bowl, Deep DrawnT sink bowl, 18 gauge 304 stainless steel, splash mounted gooseneck faucet, knee valve, basket drain, keyhole wall mount bracket, NSF 1 EA 21) INSTALLATION Labor and materials required for the VAMC Asheville CLC Cooking Station: - Disconnect & remove existing to loading dock for removal by others - Uncrate new, set in place, level, hook up to existing utilities per factory specifications - Startup, make ready for final use, remove debris NOTE: All existing utilities must be within 5'-0"" of final connection point. There are no provisions for any modifications to the existing electrical, plumbing, water, drains, ventilation, floors or building infrastructure. 1 JB The purchase order period of performance: N/A Delivery shall be provided on or before 12/30/2022 or no later than 90 days after receipt of order (ARO). Lift Gate provided at the warehouse. Installation for items annotated only. FOB: Destination Place of Performance/Place of Delivery: Charles George Veterans Affairs Medical Center Address: 1100 Tunnel Road Asheville NC Postal Code: 28805 Country: United States Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. 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 Provisions: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (May 2022) Attention CO: www.sam.gov registration is required to be complete at time of submission of response. 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 Clauses: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2022) Full text of the reference FAR Clauses may be accessed electronically at http://acquisition.gov/ The following subparagraphs of FAR 52.212-5 are applicable: 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Service 2021) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2022) Full text of the reference FAR Clauses may be accessed electronically at http://acquisition.gov/. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2022) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.227-17 Rights in Data-Special works (DEC 2007) 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Gray Market Prevention Language: (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the government. All quoters shall submit responses no later than 11:00 (11 AM) Eastern Standard Time (EST) Monday: August 22, 2022. Respondents to this RFQ shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number UEI Number (Unique Entity ID) DUN Number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) All quotes shall be sent in writing via email to ruth.morris@va.gov. No telephone inquiries will be accepted. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors will be considered: The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E.1 INSTRUCTIONS TO OFFERORS Pricing Pricing shall be submitted on the Attachment A. Price/Cost Schedule. The following fields require completion on the attachment. Do not change the format or add/delete any columns in the Excel Spreadsheet. Colum Element Name Line Item Template Name Selection/Input K Unit of Measure: Unit of Measure Select the applicable 'Unit of Measure' from the dropdown. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1 L Packaging Multiple Packaging Multiple Enter the total quantity that comes in each 'Unit of Measure' i.e., How many come in each CS, CT, PG, etc. The 'Unit of Measure' EA should always have a 'Packaging Multiple' of 1 M LIN is: Line Item Is Select 'Priced', 'NSP' (Not Separately Priced), or 'N/C' (No Charge) from the dropdown N Unit Price ($): Unit Price Enter the price for each 'Unit of Measure' i.e., What is the cost of each CS, CT, PG, etc. AM MANUFACTURER PART NUMBER (MPN): MANUFACTURER PART NUMBER (MPN) The MPN identifies the manufacturer from which an item originated. Its purpose is to identify the company that made the part, as opposed to a SKU number that is used for inventory record keeping by the Vendor. Each MPN is unique and can be composed of letters, numbers, or both. BY ITEM PART NUMBER ITEM PART NUMBER Enter the distributor/vendor part number if different than the mfg. part number. CG OEM NAME: OEM NAME Enter the Name of the OEM. Do not enter the Distributor/Vendor Name unless the Distributor/Vendor is the Manufacturer. 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any Submission of your response shall be received via Email in Microsoft Office format no later than 11:00 (11 AM) EST Monday: August 22, 2022. Please include RFQ# 36C24622Q0942 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this RFQ-solicitation are due by 11:00 AM EST on Thursday, August 18, 2022; and should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Ruth A. Morris Ruth.morris@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eada92e286134c67bc459dbfadc92ed4/view)
- Place of Performance
- Address: Department of Veterans Affairs Charles George VA Medical Center 1100 Tunnel Road, Asheville 28805
- Zip Code: 28805
- Zip Code: 28805
- Record
- SN06429601-F 20220818/220816230128 (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 |