Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

73 -- Miscellaneous Dining Facility/Kitchen Equipment

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67VJX-8161-0003
 
Response Due
9/4/2008
 
Archive Date
11/3/2008
 
Point of Contact
Sherri Shepherd, 801-523-4093<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. SPECIFICATIONS: The Utah National Guard has a requirement for kitchen/dining facility equipment as follows: 1.Automatic 2 gallon twin brewer with satellite system. Brewmatic Model 1032520 or equal (2 each). 2.Electric mixer, heavy duty, 30 quart, 1 HP motor, 3 fixed speeds. Anvil Model MIX7130 or equal (1 each). 3.Ingredient bin, slant front w/sliding lid, 3 cu ft capacity. Rubbermaid RCP-3602-88 or equal (6 each). 4.Heated holding cabinet, mobile, full height, single door. Food Warming Equipment Model FEW-UHS-12 or equal (3 each). 5.Blast chiller/shock freezer, capacity to hold (12) 18 x 26 or (24) 12 x 20 x 2 pans, five chilling modes, UV anti-bacterial sterilizing lamps. Irinox Model LCMA 141.60L or equal (1 each). 6.Stainless steel table w/locking casters, 36 x 72 (3 each). 7.Stainless steel table w/midmount pot rack and 2 shelves, 48 x 72 (1 each). 8.Stainless table w/undershelf and locking casters, 36 x 48 (1 each). 9.Shelving, 4 shelf units, 63H x 21W x 48L. Metro Model A456K2 or equal (1 each). 10.Shelving, 5 shelf units, 74H x 24W x 72L. Metro Model A5A577K2 or equal (15 each). 11.Full can rack w/casters, can capacity: #10 162; #5 216. Size: 25L x 35W x 71H. Advance Tabco Model CR10-162M or equal (2 each). 12.Stainless steel mobile glass, cup, tray dispenser, self leveling, adjustable. Capacity: 125 trays; 14 dozen cups; 16 dozen glasses. APW Wyott Model APW-CTR202 or equal (2 each). 13.Stock pot range, stainless steel, 3 ring burner, 2 adjustable gas valves, 90,000 BTU/hr. Imperial Model ISPA-18 or equal (1 each). 14.Forced air oven/microwave, stainless steel, 3500 watts. TurboChef Tornado or equal (1 each). APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52.211-6 Brand Name or Equal; (3) FAR 52.212-1 Instructions to Offerors--Commercial Items; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 Convict Labor; (b) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies; (c) FAR 52.222-21 Prohibition of Segregated Facilities; (d) FAR 52.222-26 Equal Opportunity; (e) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (f) FAR 52.222-50 Combating Trafficking in Persons; (g) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (h) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration; (i) FAR 52.233-3 Protest After Award; (j) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (8) FAR 52.252-2 Clauses Incorporated by Reference; (9) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (10) DFARS 252.211-7003 Item Identification and Valuation; (11) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program; (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.232-7010 Levies of Contract Payments; (d) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea; (12) DFARS 252.225-7035 Buy American Act Free Trade Agreements Balance of Payments Program Certificate. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) offerors capability to provide a quality product that meets the governments needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; (3) total cost or price. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Governments best interest to do so. INSTRUCTIONS: Offers shall include (1) a detailed quote that shows the cost for each item to include shipping costs to Riverton, UT 84065; (2) descriptive literature of items being proposed; (3) completed provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, or a completed registration on the ORCA website at https://orca.bpn.gov. Failure to provide the above listed items with your offer, may cause your offer to be considered non-responsive. Offers shall be received NLT 2:00 P.M. on September 4, 2008. Offers may be sent via e-mail to Sherri Shepherd at sherri.shepherd@us.army.mil. Questions regarding this solicitation must be in writing and may be sent via e-mail to the address above. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0dcb07eabae6f6f8b2d74f29c98cb345&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT<br />
Zip Code: 84020-2000<br />
 
Record
SN01650573-W 20080827/080825222846-0dcb07eabae6f6f8b2d74f29c98cb345 (fbodaily.com)
 
Source
FedBizOpps 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.