Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

73 -- DFAC Refresh

Notice Date
6/17/2024 7:21:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
FA4613 90 CONS PK FE WARREN AFB WY 82005-2860 USA
 
ZIP Code
82005-2860
 
Solicitation Number
FA461324Q1035
 
Response Due
6/24/2024 9:00:00 AM
 
Archive Date
07/09/2024
 
Point of Contact
Amber Moore, Trisha M. Lamarr
 
E-Mail Address
amber.moore.15@us.af.mil, trisha.lamarr@us.af.mil
(amber.moore.15@us.af.mil, trisha.lamarr@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 3: Corrected description from Full & Open competition to Total Small Business Set-Aside Amendment 2: Non-manufacturer rule no longer applies and removed from solicitation. Class waiver under NAICS 333318 and 333415 Removed Non-manufacturer rule from Attachment 4 � Response Form� Extend quotes due from Thursday 23 May 2024 at 1000 MST to 24 Jun 24 at 1000 MST Amendment 1: Updated Attachment 1 � SOW to remove duplicates in section 2.8 Added Attachment 6 � Current Equipment List� Added Attachment 7 � Example Delivery/Installation Schedule Added Attachment 8 � Questions and Answers Extend quote due date from 23 May 2024 at 1000 to 28 May 2024 at 1000 Added �Installation must be completed in phases as the facility must stay operational. �An example schedule for installation is provided as Attachment 7; however, awardee MUST coordinate installation to include the specific list of appliances with the contract POC before delivery is to be scheduled for each phase. �All installation must be complete within 120 days in the description of services. Combined Synopsis/Solicitation� Solicitation Number: FA461324Q1035 Purchase Description: DFAC Appliances Refresh � This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as Total Small Business Set-Aside.� The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1035, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 333310, with a small business standard of 1,000 employees.� The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-04 effective 1 May 2024, Defense Federal Acquisition Regulation Supplement (DFARS) effective 4/25/2024 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) effective 07 July 2023. DESCRIPTION OF SERVICE:� The 90th Force Support Squadron is seeking to acquire brand name or equal to all items and IAW the Statement of Work. Install is required and shall be included in the CLIN price. Identify the make and model within the quote. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to remove old equipment and install new equipment at Chadwell Dining Facility, 6107 Cavalry Ave, F.E. Warren Air Force Base, Wyoming, in accordance with all applicable federal, state, local laws and regulations and this Statement of Work (SOW). All work performed under this contract shall be incorporated into the attached CLIN structure.� All CLINs F.O.B. Destination.� If quoting an �or equal� vendor must provide specs that are equal to the salient characteristics listed in the SOW. Complete Attachment 5 � Vendor Confirmation for all items either brand name or equal. � Installation must be completed in phases as the facility must stay operational. �An example schedule for installation is provided as Attachment 7; however, awardee MUST coordinate installation to include the specific list of appliances with the contract POC before delivery is to be scheduled for each phase. �All installation must be complete within 120 days. CLIN STRUCTURE: Shipping and Install cost must be included in the line-item price. CLIN 0001: Brand Name or Equal Hobart Model No CLPS86EN-BAS+BUILDUP Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.1 CLIN 0002: Brand Name or Equal Atlas Metal Model #RM-HP-3 Quantity: 3 � Unit of Issue: �Each Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.2 CLIN 0003: Brand Name or Equal Atlas Metal Model #RM-HP-2 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.3 CLIN 0004: Brand Name or Equal Atlas Metal Model # WIH-2 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.4 CLIN 0005: Brand Name or Equal Atlas Metal Model # RM-3 Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.5 CLIN 0006: Brand Name or Equal Atlas Metal Model # WIH-2 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.6 CLIN 0007: Brand Name or Equal Indigo NXT� Series Ice Maker Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.7 CLIN 0008: Brand Name or Equal Steamer Model # SX55GC � Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.8 CLIN 0009: Brand Name or Equal HHD-9500-801 Double Batch� Oven Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.9 CLIN 0010: Brand Name or Equal TurboChef Model # C3/D Multi Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.10 CLIN 0011: Brand Name or Equal True Mfg. General Foodservice Model TUC-48D-4-HC Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________� PWS Reference: 2.11 CLIN 0012: Brand Name or Equal Oven/Proofer Nu-Vu Model # QBT-3/9 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.12 CLIN 0013: Brand Name or Equal 3 iCombi Classic�Model # SCC201G/N Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.13 CLIN 0014: Brand Name or Equal Piper Products/Servo lift Eastern Model RCM054S Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.14 CLIN 0015: Brand Name or Equal Cleveland Range Model Number SGL30T1 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.15 CLIN 0016: Brand Name or Equal Star (Middleby) Model 6136RCBF Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.16 CLIN 0017: Brand Name or Equal Fryer, natural gas, floor model, Vulcan Model #3TR45CF PowerFry Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.17 CLIN 0018: Brand Name or Equal True Mfg. - General Foodservice Model TS-72G-HC~FGD01 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.18 CLIN 0019: Brand Name or Equal True Mfg. - General Foodservice Model TS-49G-HC~FGD01 Quantity: 3 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.19 � CLIN 0020: Brand Name or Equal True Mfg. - General Foodservice Model STR2RRI-2S Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.20 CLIN 0021: Brand Name or Equal True Mfg. - General Foodservice Model TUC-48-HC~SPEC3 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.21 CLIN 0022: Brand Name or Equal TurboChef (Middleby) Model I3-TOUCH CONTROL I3-9500-801 - 1 PHASE Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.22 CLIN 0023: Brand Name or Equal HOT FOOD WELL UNIT, DROP-IN, ELECTRIC Wells (Middleby) Model SS-10TDU Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.23 CLIN 0024: Brand Name or Equal MEGA TOP SANDWICH / SALAD PREPARATION REFRIGERATOR True Mfg. General Foodservice Model TFP-48-18M-FGLID Quantity: �1 �Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.24 CLIN 0025: Brand Name or Equal General Foodservice Model TPP-AT-67-HC Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.25 CLIN 0026: Brand Name or Equal REACH-IN UNDERCOUNTER FREEZER True Mfg. - General Foodservice Model TUC-27F-HC~SPEC3 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.26 CLIN 0027: Brand Name or Equal UNDERCOUNTER REFRIGERATOR True Mfg. - General Foodservice Model TUC-27-HC~SPEC3 Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.27 CLIN 0028: Brand Name or Equal Hatco Model GRAHL-48 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.28 CLIN 0029: Brand Name or Equal Finish2.30 HEAT LAMP Hatco Model GRAHL-36 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.29 CLIN 0030: Brand Name or Equal Hatco Model GRAHL-30 Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.30 CLIN 0031: Brand Name or Equal Hatco Model GRAHL-42 Quantity: 3 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.31 CLIN 0032: Brand Name or Equal GRIDDLE, GAS, COUNTERTOP Southbend (Middleby) Model HDG-24 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.32 CLIN 0033: Brand Name or Equal DISPLAY CASE, REFRIGERATED, COUNTERTOP Turbo Air Model CRT-77-1R-N Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.33 CLIN 0034: Brand Name or Equal KETTLE CABINET ASSEMBLY, GAS Crown (Middleby) Model GMT-6-6 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.34 CLIN 0035: Brand Name or Equal ROUND GRIDDLE / FRY TOP, GAS Jade Range (Middleby) Model JMG-72CHUTE Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.35 CLIN 0036: Brand Name or Equal Cold Food Well Unit, drop-in, self-contained refrigeration, Atlast Metal Model # RM HP-2 Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.36 CLIN 0037: Brand Name or Equal Globe SP20 20 Quart Mixer Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.37 CLIN 0038: Brand Name or Equal Southbend S60DD Natural Gas 10-Burner Range w/ 2 Standard Ovens Quantity: 1 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.38 CLIN 0039: Brand Name or Equal Blodgett Double Stack Full Size Natural Gas Convection Oven Model # SHO-100-G Quantity: 2 � Unit of Issue: �Each� Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________ PWS Reference: 2.39 LIST OF ATTACHMENTS: Attachment 1 � Statement of Work � Attachment 2 � Additional Clauses and Provisions Attachment 3 � Supplemental Clauses Attachment 4 � Response Form Attachment 5 � Vendor Confirmation Attachment 6 � Current equipment list� Attachment 7 � Example Delivery Schedule PERIOD OF PERFORMANCE:� ��� �Period of performance: 120 days or less after the award date.� ��� �Any contractor concerns with the period of performance shall be submitted, prior to the quote due date, by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil and shall include the contractor�s and proposed period of performance in days with the justification to support it. PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005 OTHER INFORMATION:� IAW FAR 52.204-7(a)(1), An offeror is required to be registered in System for Award Management (SAM) when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. � QUESTIONS:� Questions shall be received no later than Monday, 13 May 2024 at 1000 MST. Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil. QUOTES: Responses/quotes MUST be received no later than Monday 24 June 2024 at 1000 MST. Forward responses by e-mail to amber.moore.15@us.af.mil and trisha.lamarr@us.af.mil.� INSTRUCTIONS TO OFFERORS:� Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Commercial Services. � Offerors shall comply with FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-1 is hereby tailored as follows:� 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. � 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.� 3. The term �offeror� or �offer� as used in FAR 52.212-1 shall be understood to mean �quoter� and �quote,� respectively. �Further, the term �award� shall be understood to describe the Government�s issuance of an order.� 4. The Government will consider all quotes that are timely received and will not consider late quotes. �Failure of a quote to address any items required in the submission package may make a quote unacceptable.� 5. �Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:� 5.1. In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:� 5.1.1.�� �Cover page or a completed copy of Attachment 4 � Response Form to include the offeror�s:� 5.1.1.1.�� �Company Name and Company Doing Business As (if applicable) 5.1.1.2.�� �Physical Address 5.1.1.3.�� �Cage code and/or Unique Entity ID � 5.1.1.4.�� �Point of Contact� 5.1.1.5.�� �Phone number � 5.1.1.6.�� �Email address� 5.1.1.7.�� �Business Type� 5.1.1.8.�� �Provide response to the following: In the preceding fiscal year, did your company received 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), cooperative agreements, and other forms of Federal financial assistance; and did $25,000,000 or more in annual gross revenues come from Federal contracts (and subcontracts), loans, grants (and subgrants), cooperative agreements, and other forms of Federal financial assistance?� 5.1.2.�� �PRICE 5.1.2.1.�� �Firm Fixed Pricing to include: 5.1.2.1.1.�� �Price Per unit and total per CLIN 5.1.2.1.2.�� �Total Overall Price� 5.1.2.1.3.�� �Discount Terms (if applicable) 5.1.2.1.4.�� �Quote Number (if applicable)� 5.1.2.1.5.�� �Quote Valid Until Date � 5.1.3.�� �TECHNICAL � to be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must 5.1.3.1�� �Meet the salient physical, functional, or performance characteristic specified in this solicitation 5.1.3.2�� �Clearly identify the item by 5.1.3.2.1�� �Brand name; and 5.1.3.2.2�� �Make or model number 5.1.3.3�� �Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and 5.1.3.4�� �Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. �Mark any descriptive material to clearly show the modifications. EVALUATION:� ADDENDUM TO FAR 52-212-2 EVALUATION�COMMERCIAL ITEMS (Nov 2021)� Paragraph (a) is hereby replaced with the following:� 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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest Total Evaluated Price (TEP); therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). �Award will be made on the basis of the lowest TEP of offerors meeting or exceeding the acceptability standards for non-price factors. �Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. �The following factor(s) shall be used to evaluate offers:� 1.�� �Price:� 1.1.�� � Government will rank offers received by lowest TEP and will then determine Technical Acceptability of each offer. �If the Government receives three (3) offers or fewer, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest priced offers to evaluate for Technical Acceptability. If any of the three lowest priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government�s best interest. 1.2.�� � Price will be evaluated using the TEP. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. �The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. �Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. �To be eligible for award an offeror�s TEP must be determined fair and reasonable.� 1.3.�� �Unbalanced pricing. �Offerors are cautioned against submitting an offer that contains unbalanced pricing. �Unbalanced pricing may increase performance risk and could result in payment of unreasonably high prices. �Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one (1) or more contract line items is significantly over or understated. �The Government shall analyze offers to determine whether they are unbalanced with respect to separately priced line items or sub-line items. An offer that is determined to be unbalanced may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. 1.4.�� �Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. �No additional information from the offeror will be required if the price is based on adequate price competition.?�In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. 2.�� �Non-price Factor/Technical Evaluation:� 2.1�� �The Government shall evaluate IAW 5.1.3. �Technical will receive a rating of acceptable or unacceptable. �If all requirements identified in 5.1.3 are not provided, offeror will be considered nonresponsive to this solicitation and will not be eligible for award. (End of Provision) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0dc6ade2c5a8479d8ba79a28a77c3d86/view)
 
Place of Performance
Address: FE Warren AFB, WY 82005, USA
Zip Code: 82005
Country: USA
 
Record
SN07100021-F 20240619/240617230121 (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.