SOURCES SOUGHT
N -- Building 404 (DFAC) Food Service Equipment Furnish & Install, Joint Base Myer - Henderson Hall Dining Facility (JBM-HH) Fort Myer, Arlington, VA
- Notice Date
- 6/15/2023 12:57:55 PM
- Notice Type
- Sources Sought
- NAICS
- 423440
— Other Commercial Equipment Merchant Wholesalers
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR23X0VAU
- Response Due
- 7/3/2023 8:00:00 AM
- Archive Date
- 07/18/2023
- Point of Contact
- Stephanie Jojokian, Phone: 4109620155, Nicole Brookes, Phone: 4109622935
- E-Mail Address
-
stephanie.d.jojokian@usace.army.mil, nicole.c.brookes@usace.army.mil
(stephanie.d.jojokian@usace.army.mil, nicole.c.brookes@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel, capabilities, and products to FURNISH AND INSTALL miscellaneous food service equipment, of brand name ONLY and/or equivalent for the renovation of JBM-HH Consolidated Dining Facility. The contractor shall supply all food service Equipment and ancillary accessories for a fully functional dining facility that is complete and usable. The USACE, Baltimore District, requests letters of interest from potential qualified contractors. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. This Notice does not constitute a Request for Quote (RFQ); it does not guarantee the future issuance of an RFQ; nor does it commit the Government to a contract for any supply requirements. Further, the USACE Baltimore District will not accept unsolicited quotes. Respondents are advised that the USACE Baltimore District will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party�s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. Prior Government contract work is not required for submitting a response to this source sought notice. This project may include Brand Name Only Equipment and/or equivalent, as described below, unless the results of this sources sought notification indicates otherwise. SUMMARY OF REQUIREMENT: The project may include Brand Name only equipment as follows: ��� �Hobart Bench Mobile Mixer - 20 QT model HL200-1STD. This project will require a new benchtop mixer manufactured by Hobart to support the food preparation tasks within the renovated facility.� ��� �Lakeside Model 5209 Mobile Dish Dispenser. This is a mobile plate/dish dispenser used for storage and dispensing of plates within the serving areas of the Dining Facility.� ��� �Silver King model KMAJ3-C3. Refrigerated Milk Dispenser, 3-Hole. The Refrigerated Milk Dispenser is a high-performance dairy dispenser used for the storage and dispensing of milk within the serving and remote beverage areas. ��� �Advance Tabco model 9-FSC-20 Silverware Soak Sink. In order to match the construction contract installed sinks throughout the facility.� ��� �Spray Master Technologies model SMT-600PE 300-5113 Portable Pressure Washer (Clean/Sanitizing Machine). The Portable Pressure Washer is required to connect to the Central Pressure Washer System / infrastructure currently being supplied within the construction contract equipment. ��� �Continental Refrigerator model D3RNSS Reach-in Refrigerator, 3-Section. The reach-in refrigerator is being supplied to match the other reach-in refrigeration provided under the construction contract. ��� �Continental Refrigerator model DL3F-SS Reach-in Freezer, 3-Section. The reach-in freezer is being supplied to match the other reach-in refrigeration provided under the construction contract.�� �� SUMMARY OF REQUIREMENT: The project may include Brand Name and/or Equivalent equipment as follows: ��� �Point-of-Sale (POS) System have four (4) manufacturers capable of supplying the necessary equipment for the POS Station at the Dining Facility entrance and Carry-Out:� Manufactures Lightspeed Commerce, Lightspeed Fully Integrated POS System,�Toast Tab and Toast Flex for Guest Models Clover, Clover Station Pro, Touch Bistro and Touch Bistro Restaurant Management POS Salient Characteristics: a.�� �Warranty � � i.�� �1-year parts and labor warranty b.�� �POS System � � i.�� �Shall be automated headcount point-of-sale system� � � ii.�� �Shall be 14� (diagonal screen size) Full HD-LCD and Touch Screen � � iii.�� �Shall be provided with compatible credit card reader� � � iv.�� �Shall be provided with Common Access Card Reader for headcount purposes � � v.�� �Shall be provided with matching cash drawer � � vi.�� �Shall be capable of providing real time data collection and processing w/ offline data collection � � vii.�� �Shall be compatible with Securities and Exchange Commission (SEC) Automated Headcount (AHC) Point of Sales (POS) system that interfaces with a prescribed credit card device � � viii.�� �Shall be able to provide paper receipts � � ix.�� �Shall be compact and able to stack vertically to save space � � x.�� �Shall have a slim/streamline modern aesthetic� � � xi.�� �Shall have min 8� wide guest screen for real-time visibility of order/payment direct attach to back of main monitor � � xii.�� �Shall offer flexible payment options cash, credit cards, including contactless credit cards and digital wallets like Apple Pay, Google Pay, etc. � � xiii.�� �Shall have easy to use interface � � xiv.�� �Shall provide high speed order processing � � xv.�� �Shall be spill-proof rated against everyday spills, grease, dust, and heat � � xvi.�� �Shall be IP54 durability rating c.�� �Operating System � � i.�� �Shall be a min. Android 7.1 or Apple based and support future updates � � ii.�� �Shall have a low power, high performance, single board computer processor and central processing unit for computing data � � iii.�� �Shall have with Wi-Fi and Bluetooth capability (2.4GHz and 5GHz Wi-Fi and Bluetooth 4.0 BLE � � iv.�� �Shall have a min. 16GB flash memory � � v.�� �Shall have power over ethernet 802.3 at (25.5W) connectivity � � vi.�� �Shall have HDMI, USB, Connector and Type-C Port d.�� �Power � � i.�� �Shall be wired 120v and have an electrical power cord and plug Finish: a.�� �Materials/Colors � � i.�� �Shall be metallic gray or white color ��� �4-Burner Gas Range have three (3) manufacturers capable of supplying the necessary equipment for the Kitchen Training Lab:� Manufactures Electrolux Professional,�Electrolux 169105 (ACFG24) and Vulcan Models Vulcan 24S-4BN,�Wolf and Wolf C24S-4BN Salient Characteristics: a.�� �Warranty � � i.�� �1 to 2-year parts and labor warranty b.�� �Range � � i.�� �Shall be mobile commercial /restaurant four(4) burner gas range � � ii.�� �Shall be provided without back riser and lift-off high shelf� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � iii.�� �Shall have fully MIG welded aluminized steel frame � � iv.�� �Shall have 304 stainless steel front and sides � � v.�� �Shall have 6� stainless steel adjustable legs � � vi.�� �Shall have four (4) open top burners, a min. 30,000BTU/hr. ea., with lift off burner heads � � vii.�� �Shall have anti-clogging cast iron burners � � viii.�� �Shall have shrouded flash tube pilot system, one pilot per two burners � � ix.�� �Shall have easy lift-off heavy duty cast grates approx. 12�x12� front and 12�x14� in rear. � � x.�� �Shall have range grates with built-in aeration bowl � � xi.�� �Shall have extra deep pull-out crumb tray w/ welded corners � � xii.�� �Shall have heavy duty chrome plated burner knobs that provide smooth rotation � � xiii.�� �Shall have rear gas connection, pressure regulator and main shut off valve � � xiv.�� �Shall have all major components accessed from top/front for easy cleaning � � xv.�� �Shall have safety pilot c.�� �Oven � � i.�� �Shall have baker�s depth standard oven (fit full size sheet pans front-to-back) � � ii.�� �Shall be a min. 23,000 BTU/hr.� � � iii.�� �Oven thermostat adjusts from 250 degrees F to 500 degrees F � � iv.�� �Shall have two (2) stainless steel oven racks � � v.�� �Shall have four (4) oven rack position standards � � vi.�� �Shall have insulated door/body that is cool to the touch � � vii.�� �Shall have porcelain or vitreous enameled oven interior and interior door panel � � viii.�� �Shall have heavy duty oven door with an integrated door hinge/spring mechanism requiring no adjustment. d.�� �Accessories � � i.�� �Shall be provided with one (1) extra oven rack and guide e.�� �Utility � � i.�� �Shall be configured for Natural Gas Finish: Materials/Colors As specified above Scope of work Period of Performance will be 365 calendar days. The North American Industry Classification System (NAICS) code for this procurement is 423440 � �Other Commercial Equipment Merchant Wholesalers� which has a small business size standard in number of employees - 100 employees. Responders should address ALL the following in their submittal: 1.�� �Supplier/Vendor�s name, address, point of contact, phone number, e-mail address, CAGE code and UEI number. 2.�� �In consideration of NAICS code 423440 with a size standard in employees of 100, indicate which of the following small business categories your business is classified under (if applicable): Small Business, Veteran Owned Small Business, Services Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3.�� �Responders should have experience in the areas listed below and provide narratives identifying that specific experience: Narrative shall be a maximum of ten (10) pages (8.5 x 11� pages with a minimum of 11 pt. font). �Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to provide the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 A.M. Eastern Standard Time (EST) 03 July 2023. All responses under this Sources Sought Notice must be emailed to stephanie.d.jojokian@usace.army.mil and nicole.c.brookes@usace.army.mil referencing the sources sought notice number W912DR23X0VAU. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: Stephanie Jojokian and Nicole C. Brookes via email � stephanie.d.jojokian@usace.army.mil and nicole.c.brookes@usace.army.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cfc6252bb1e24579839e05be538e0175/view)
- Place of Performance
- Address: Fort Myer, VA 22211, USA
- Zip Code: 22211
- Country: USA
- Zip Code: 22211
- Record
- SN06718189-F 20230617/230616060716 (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 |