Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2011 FBO #3579
SOLICITATION NOTICE

73 -- SERVING EQUIPMENT

Notice Date
9/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
M62974 MARINE CORPS AIR STATION YUMA - CONTRACTING OFFICE YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297400T2011
 
Response Due
9/16/2011
 
Archive Date
10/1/2011
 
Point of Contact
RETA HICKS 928-269-6098 FRANCES CERKA 928-269-2790
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice, and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number M62974-11-T-2011 is issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses in effect through FAC 2005-53. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word offer or a derivative of that word appears, it is changed to quote or a derivative of that word. This acquisition is 100% small business set aside. The associated North American Industry Classification System (NAICS) code is 423440 and the small business standard is 100. The Marine Corps Air Station, Yuma AZ has a requirement for the following: CLIN 0001 FOOD WARMER, DROP-IN, ELECTRIC, 7-QUART ROUND PAN WITH DRAIN, WET AND DRY OPERATION, WITH DRAIN, STAINLESS STEEL CONSTRUCTION, UL LISTED WITH 1 YR. PARTS LABOR WARRANTY, STD. (4) 120V/60/1-PH, 500W, 4.2 AMPS, DIRECT, STD (4) DRAIN KIT (INCLUDES PVC 3 LONG TEMPERATURE HOSE) SHUT-OFF VALVE, APW WYOTT P/N SM-50-7D UL OR EQUAL, QTY 4 EACH CLIN 0002 SINGLE PANTRY FAUCET, DECK MOUNTED, 13-1/4 H - DECK TO TOP OF RIGID GOOSENECK, TIP OF NOZZLE TO DECK 8-1/4 , 6 SPREAD, SINGLE SHANK WITH NPS THREAD, IPS UNION TYPE TAILPIECE, LEVER HANDLE, C (H), T&S BRASS P/N B-0305 OR EQUAL, QTY 2 EACH CLIN 0003 FOOD WARMER, TOP-MOUNT, BUILT-IN, ELECTRIC, 12 X 20 PAN OPENING WITH DRAIN, WET/DRY OPERATION, THERMOSTATIC CONTROL, STAINLESS INTERIOR, WELLSLOK, UL LISTED, 1240W/1650W, (18) 120V/60/1-PH, 1.65KW, 13.8 AMPS, DIRECT, (18) DRAIN VALVE EXTENSION KIT, EXTENSION FROM DRAIN TO COUNTER FRONT WITH REMOTE HANDLE (FOR USE WITH D MODELS ONLY) EXCLUDING DM MODELS. WELLS P/N SS-206ULTD OR EQUAL, QTY 18 EACH CLIN 0004 GRIDDLE, ELECTRIC, COUNTER UNIT, 72 W X 23 D X 1 HIGHLY POLISHED STEEL GRIDDLE PLATE, SELECTRONIC SOLID STATE CONTROL EVERY 12 , 5-1/2 HIGH SIDE AND BACKSPLASH, GREASE TROUGH, TEMPERATURE RANGE 175 - 450F, S/S EXTERIOR, 4 S/S LEGS, (2) 18.0KW AND 1 YR. PARTS LABOR WARRANTY, (2) 208V/60/3-PH, CONN. #1 50.0 AMP, CONN. #2 50.0 AMP, (2) TOP WELDED, TO ADD A CONTINOUS WELD AROUND INSIDE SPLASH PERIMETER, (2) POLISHED STEEL GRIDDLE PLATE, STANDARD. LANG P/N 172S OR EQUAL, QTY 2 EACH CLIN 0005 DISPLAY LIGHT, STRIP TYPE W/ALUMINUM HOUSING TOGGLE SWITCH, 48 LONG, 240 WATTS, (20) 120V/60/1-PH ONLY, (20) ADJUSTABLE ANGLE BRACKET, PAIR, HATCO P/N HL-48 OR EQUAL, QTY 20 EACH CLIN 0006 INFRARED FOODWARMER, HIGH-WATTAGE, SINGLE TUBULAR METAL HEATER ROD IN STAINLESS STEEL HOUSING, 1725 WATTS, (4) 120V/60/1-PH, (4) BUILT-IN TOGGLE, STANDARD. HATCO P/N GRH-72 OR EQUAL, QTY 4 EACH Quotes are solicited FOB Destination. Inspection and acceptance will be at destination. The current MCAS Yuma contractor access requires presenting to the Station Pass & ID office located at Building 952/MCAS Yuma main gate, a valid state drivers license or valid state identification card with the social security number on the card. Vehicle access requires presenting to the Station Pass & ID a valid state drivers license, current vehicle insurance card, and valid vehicle registration. The following clauses and provisions apply to this acquisition: FAR 52.211-17, Delivery of Excess; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses under Para (b): (5) 52.219-6, Notice of Total Small Business Set-Aside, (15) 52.219-28 Post Award Small Business Representation, (16) 52.222-3, Convict Labor, (17) 52,222-19 Child Labor-Cooperation with Authorities and Remedies, (18) 52.222-21 Prohibition of Segregated Facilities, (19) 52.222-26 Equal Opportunity, (20) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (21) 52.222-36 Affirmative Action for Workers with Disabilities, (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and (36) 52.! 232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.204-7004, Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): (12) 252.225-7036, Buy American Act-Free Trade Agreement -Balance of Payment Program, and (17) 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.211-7003 Item Identification and Valuation. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically. This office, and the US Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Information is available at https://www.wawf.eb.mil. The Government will award a firm fixed price contract resulting from this Request for Quotation based on lowest priced offer and technically acceptable. Award will be on an all or none basis. Vendors submitting a quote are notified that you must be active in the Central Contractor Register database to be considered for award. The website for registration is www.ccr.gov. All responsible business sources may submit a quote which shall be considered by the agency. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor s point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses may be obtained at http://farsite.hill.af.mil. Quotes may be submitted via US Postal Service to I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Reta Hicks. FEDEX quotes may be submitted to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Reta Hicks. Quotes may be submitted to ATTN: Reta Hicks via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation. Only written quotes are acceptable and must be received and identified by RFQ M62974-11-T-2011 by 3:00 PM (PT) on 16 SEP 2011. Contact Reta Hicks at 928-269-6098 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M6297400T2011/listing.html)
 
Record
SN02571072-W 20110912/110910233659-5ff630a3660ac2caec04901962c39c99 (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.