Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2008 FBO #2571
SOLICITATION NOTICE

73 -- Food Service Equipment

Notice Date
12/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0039
 
Response Due
12/29/2008
 
Archive Date
2/27/2009
 
Point of Contact
James Moreno, 719-526-6619<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 solicitation document W911RZ-09-T-0039 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 September 2008. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Service Disabled Veteran Owned Small Business Set Aside. In accordance with FAR 19.102(f) and the Nonmanufacturer Rule, the SDVOSB Contractor shall only supply items manufactured by itself or another small business performing in the United States. Fort Carson intends to award a Firm-Fixed-Price Contract for food service equipment, brand name or equal. The North American Industrial Classification System (NAICS) code for this procurement is 423440 and the business size standard is 500 employees. This solicitation will end on 29 December 2008 15:00 p.m. Mountain Time. If not bidding the listed manufacturers products, list each manufacturer and business size standard of that manufacturer to ensure compliance with the non-manufactures rule stated above. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Utility Counter Nichols Custom Stainless Model #UT2732, the utility counter is constructed of 14 gauge 304 stainless steel and the body constructed out of 18 gauge 304 stainless steel. The counter will have thick stainless steel tubular legs fitted with adjustable steel bullet typed feet with kick plates 3 sides. HFC-134a refrigerant,115V,1ph,1/4 HP,Nema 5-15P.QTY: 1 EA Within this CLIN the following items are needed to be custom fitted into the counter. 1 EA Wells RCP-500 Cold Food Unit, drop in, mechanically cooled, 5-pan size with drain, insulated pan, stainless steel inner liner & top, steel outer liner, HFC-134a refrigerant, 115V, 1ph, HP, NEMA 5-15P, UL listed 1 EA Wells Warranty; 1 year parts/90 days labor Standard 1 EA Wells Mod-500TDM Food Warmer, top-mount, built-in, electric, (5) 12inch x 20inch openings, manifolded drains w/valve, wet/dry operation, thermostatic controls, s/s interior, insulated aluminum steel housing, 208/240 v, 3ph (1ph), 1240/1650w per well, UL listed CLIN 0002Tray slide/Wall Panel, Nichols Custom Stainless Model# TS2414, tray slide and wall panel laminate with brackets. QTY: 1 EA CLIN 0003L Shaped Counter, Nichols Custom Stainless Model# C5-1126108,The L shaped counter is constructed of 14 gauge s/s and the body is constructed out of 18 gauge s/s with s/s tubular legs with steel bullet type feet with s/s kick plate. a.Backsplash on rear at wall. Also fitted with inverted V tray slide along front. b.b. Counter to have 8 access panels with laminate. The access panels are stainless steel and laminate cover with a reveal. c.C. Counter will have a load center with hinged door and an 8 each outlet location to be determined.QTY: 1 EA CLIN 0004Nichols Custom s/s Model# 3COMP with dish table measures 109 inch long x 31 inches wide x 34 inches high. The top is constructed of 14 gauge s/s with the portion against the wall formed into a 10 high x 2 inches wide backsplash. All the free edges are formed 3 inches high into a 1=1/2 inch diameter with a 180 degree rolled rim. The base of the table is fully open and supported by 1 5/8 inch O.D.x.065 thick s/s tubular legs, fitted with s/s leg sockets and s/s adjustable bullet feet. 3 sinks measuring 20 x 24 x 12 deep with faucets for each sink. Also with lever drain and bracket.QTY: 1 EA CLIN 0005Work Table,Nichols Custom Stainless Steel Model # WORK TABLE, 72 inches long C 30 inches W X 36 inch H, with casters. The top id gauge stainless steel with all front and sides turned straight down 1-1/2 in and back 1/2in at 60 degrees from vertical. The portion against the wall formed into 10 inches high x 2 inch wide backsplash. The base of the table is fully open and supported by 1-5/8 inch O.D. x.065 thick stainless steel tubular legs fitted with stainless steel shelf is continuously welded to the legs at approximately 10 inch off the finished floor with all four sides turned straight down 1-1/2 inch and back 1/2 inch at 60 degrees from vertical. QTY: 4 EA CLIN 00062-Compartment Sink, Nichols Model # 2 COMOP,Dishtable measures 85 inches long x 27 inches w x 34 inches h, 24 gauge s/s with portion against wall formed into 10 inches high x 2 inches wide backsplash. 2-sinks measuring 20 x 18 x 12 deep with faucets for each sink. Each sink to have lever drain and bracket. QTY: 1 EA CLIN 0007Shelving unit Wire, Eagle group Model # S4-74-2460Z, with castors Eagle Brite Wire Shelving starter Unit (4) 24 inch W x 60 inch L wire shelves, (4) 74 inch H posts zinc finish, NSF QTY: 12 EA CLIN 0008Shelving Unit Wire Eagles Market group, Model # S4-74-2436Z, Eagle Brite Wire Shelving starter Unit (4) 24 inch W x 36 inch L wire shelves, (4) 74 inch H posts zinc finish, NSFQTY: 18 EA CLIN 0009Shelving unit, Louvered/Slotted, New age Model # PM2460. Pot & Pan rack, mobile, 4 tier, 24inch D x 60inch L x 74inch H, 1200 LB capacity, aluminum construction, 5inch stem casters (#C440) NSF certifiedQTY: 7 EA CLIN 0010Tray and silver cart, Lakeside Manufacturing Model # 403 Packed: each Tray & Silver Cart, one stack w/cylinder type silver disp, enclosed style, for 16 inch x 22 inch trays, stainless steel construction, stainless steel angle frame w/push handle. (a) 2 ea Casters, 5 inch cushion tread, all swivel, std. (b) 2 ea Wall-Saver perimeter bumpersQTY: 4 EA CLIN 0011 Dispenser plate, Lakeside Manufacturing. Model # 925 Packed: each Dish dispenser, non-heated, cabinet style, enclosed base, mobile, two self-leveling dish dispensing tubes, maximum dish size 9-3/4 inch diameter, stainless steel construction, 4 inch swivel casters (2 with brakes) NSF QTY: 6 EA CLIN 0012 Dispenser tray Lakeside Manufacturing. Model # 820, 20inch x 20inch trays. Packed; each Tray dispenser, cantilever style, mobile, single stack, single self-leveling tray platform, for 20 inch x 20 inch trays, stainless steel construction, 4 inch swivel casters (2 with brakes) NSF QTY: 4 EA CLIN 0013 Shipping and Delivery. Delivery shall be made no later than 15 Februay 2009. Contractors unable to meet this delivery date shall not be considered. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-8 (Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference), 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Foreign Country), 252.211-7003 Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252.247-7024 (Sea Transportation) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical, past performance and delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 15:00 p.m. Mountain Time on 29 December 2008. Quotes can be faxed to (719) 526-4490/5333 attn: James Moreno, or e-mailed to james.moreno@us.army.mil. An official authorized to bind your company shall sign the quote. If the Contractor is quoting an equal item, all specifications shall be submitted with the quote. Questions concerning this solicitation should be addressed to James Moreno, Contract Specialist, and e-mailed to james.moreno@us.army.mil, all questions or inquires must be submitted in writing no later than 15 December 2008, 15:00 p.m. Mountain Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e719b2916b48ee9e5967242db8f1239c&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01715306-W 20081210/081208220258-e719b2916b48ee9e5967242db8f1239c (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.