Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2003 FBO #0581
SOLICITATION NOTICE

73 -- REPLACEMENT OF KITCHEN EQUIPMENT FOR FREEDOM HALL DINING ANDLIBERTY HALL DINING FACILITIES AT, ANDREWS AFB, MARYLAND

Notice Date
7/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-03-t-0047
 
Response Due
7/11/2003
 
Archive Date
7/26/2003
 
Point of Contact
Jerome Brown, Contract Specialist, Phone 3019812309, Fax 3019811910, - Robert Fields, Contracting Officer, Phone (301)981-1948, Fax (301)981-1913,
 
E-Mail Address
Jerome.Brown@andrews.af.mil, Robert.Fields2@andrews.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
1. Replacement of Kitchen equipment for the Liberty Dining Facility Bldg 3763 Nevada Avenue and Freedom Hall Dining Facility, Bldg 1628 Brookley Street, ANDREWS AFB, MARYLAND. Solicitation FA4416-03-T-0000, DUE 11 July 2003, 4:00 p.m. Eastern Standard Time (EST). Point of Contact: Jerome Brown, 301/981-2309 Contract Specialists; Robert Fields (301) 981-9148 Contracting Officer. 2. This solicitation is 100% small business set-aside; responsible sources may submit a proposal. 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. 4. This announcement constitutes the only solicitation, proposals are being requested and a separate written solicitation will not be issued. Solicitation Number FA4416-03-T-0000 applies and is issued as a Request for Proposal. 5. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14 and Defense Acquisition Circular 2003-0620. 6. The North American Industry Code is 423620 and the business size standard is 500 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price contract resulting from this solicitation. 8. Contract Line Items (CLIN) 0001: BRAISING PAN, Groen Model No. FPC/1-4, brand name or equal. Stainless steel manual tilting braising pan, open tubular leg, electric heated thermostatically controlled, 40-gallon capacity. Heavy 3/8? thick stainless steel clad pan bottom with clamped-on flat bar type electric heating elements. 59? wide with 9? deep pan. Smooth action manual tilt mechanism, heavy-duty cover with condensate drip diverter and cover vent. FREEDOM HALL (2EA), LIBERTY HALL (1 ea) TOTAL (3 ea) (CLIN) 0002 DIRECT STEAM KETTLE, GROEN Model D-20, brand name or equal. 20-gallon stainless steel, 2/3 jacketed tilting, direct steam kettle. Solid piece welded construction of type 304 stainless steel with reinforced bar rim and butterfly pouring lip welded to top rim of kettle, mounted on pedestal and yoke stand. Quick action self-locking worm gear tilt mechanism. Lids for each unit is required. FREEDOM HALL (2ea), LIBERTY HALL (2 EA), TOTAL (4 ea) (CLIN) 0003 DEEPFAT FRYER, Vulcan Model 4GRD45F (electric), brand name or equal with filter and dump station in the middle, one each filter system between fryers with food warmer and dump station with casters. FREEDOM HALL (1 ea) (CLIN) 0004 REFRIGERATED DISPLAY CASE, RANDELL Model 44250PA, brand name or equal. Full view with pass thru design. FREEDOM HALL (2 ea) (CLIN) 0005 Installation and removal of old equipment to loading dock of Liberty Dinning Facility. (CLIN) 0006 Installation and removal of old equipment to loading dock of Freedom Hall Dinning Facility. Note: A Lift gate is required for delivery of equipment to both facilities. 9. FACILITY SITE-VISIT: There will be a site visit scheduled for both dining facilities starting @ 1 p.m. EST; 8 July 30 for all interested parties. A representative from the contracting office will be at the main visitor center to Andrews AFB to escort all interested parities from 12:00 noon until 12:45p.m. EST. Please contact the POC for this solicitation if your are interested in attending the scheduled site visit. 10. Performance is required within: Approximately 30 days after contract award. Awarded purchase order will be performed at the Liberty and Freedom Hall Dinning Facilities, Andrews AFB, Maryland. 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items applies. Addendum to Paragraph (b)(10), Past Performance- Delete entire paragraph. Substitute ?Past Performance will not be used as evaluation criteria but will be used to determine contractor responsibility?. Paragraph (h), Multiple award- Delete entire paragraph. Substitute ?Single Award. The Government plans to award a single contract resulting from this solicitation.? (B) The provision at FAR 52.212-2, Evaluation-Commercial Items applies. Addendum to Paragraph (a), The Government intends to make a single award to the responsible contractor whose proposal is in conformance with the specifications/statement of work, in full compliance to all other requirements set forth in the solicitation, who offers the lowest price. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Contractor submitting offeror for or equal equipment must provide descriptive literature. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 52.222-21, Prohibition on Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (301) 981-1913. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a), The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. 13. In addition to the above, the following FAR provisions and clauses apply: 52.211-6 Brand Name or Equal; 52.212-4 Contract terms and Conditions-Commercial Items; 52.219-6, Extras; 52.245-4, Government-Furnished Property (Short Form). 14. The following DFARS clauses and provisions apply: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; DFARS 252.204-7004, Required Central Contract Registration. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr2000.com, and the toll free number for CCR is 888-227-2423. This notice does not obligate the Government to award a contract, it does not restrict the Government?s ultimate approach nor does it obligate the Government to pay for any quotation preparation cost 15. A solicitation handout will be posted on Electronic Posting System (EPS) which can be accessed at www.eps.gov the contractor is responsible for obtaining the handout. Proposals must be received no later than 4:00 p.m. EST; 11 July 2003. Facsimile proposals will be accepted at 301/981-1913. Point of Contact: Jerome Brown, Phone 301/981-2309, Fax 301/981-1913,and Email jerome.brown@andrews.af.mil.
 
Place of Performance
Address: Andrews AFB, Maryland
Zip Code: 20762-6500
Country: USA
 
Record
SN00361451-W 20030703/030701213642 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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