SOLICITATION NOTICE
73 -- CUSTOM HOT/COLD FOOD PREP TABLE
- Notice Date
- 8/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 722310
— Food Service Contractors
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Base Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368
- ZIP Code
- 28547-8368
- Solicitation Number
- M6700112Q0296
- Archive Date
- 8/25/2012
- Point of Contact
- Glenn V Mayberry, Phone: 910-451-1707
- E-Mail Address
-
glenn.mayberry@usmc.mil
(glenn.mayberry@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- This request for quote is for items idicated. Line Item 0001: 1 ea Custom Fabricated Work Table, 44"W x 120"L 14/300 stainless steel top with turned down edges, 18 gauge stainless steel undershelf and 16 gauge stainless steel legs and adjustable stainless steel feet, all welded construction, NSF. 2 ea TC-L Table Cut, large (16" x 16" or more). 10 ft RUS Sectionable removable undershelf, 16 gauge stainless steel, (per linear foot). 1 ea 10TMS -16 Overshelf, table mounted, single, 16" x 120" all sides turned down, stainless steel tube legs, 16/300 stainless steel. 1 ea Cold Food Unit, drop-in, mechanically cooled, 3-pan size with drain, insulated pan, stainless steel inner liner and top, steel outer liner, HFC-134a refrigerant, 115/60/1-ph, 5.6 amps, 1/2 HP, NEMA 5-15P, NSF 7 standard, UL listed. 1 ea Food Warmer, top-mount, built-in, electric, (4) 12" x 20" openings w/manifold drains w/one valve, wet/dry operation, thermostatic controls, s/s interior, insulated aluminum steel housing, 1240/1650w per well, UL listed. 1 ea Duke Manufacturing 21893 Power Panel 208/240v/60/3-ph, 4.96/6.6kw, 14.5/17.8 amps, direct (field convertible to single phase). Line Item 0002: Delivery and installation includes: Delivery of completed Hot/Cold FF Prep/Holding table to building 914, Camp Lejeune, NC. Removal and transport to building 914 of existing unit. Transport of new unit to FC420, install to include connection to existing electric, op-check to ensure that unit operates properly, removal of all packing material. The basis for award will be Lowest Price Technically Acceptable (LPTA). This solicitation is for all or none. Please provide specs with quote - materials will be delivered to Freight Management Office, Camp Lejeune NC 28547. Request FOB Destination. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items. Applicable clauses cited in 52.212-5 are: FAR 52-222.3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52-232-33 Payment by Electronic Fund Transfer; FAR 52.222-41 Service Contract Act. FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.204-7 Central Contractor Registration; FAR 52.217-8 Option to Extend Services; FAR 52.247-34 F.O.B. Destination; FAR 52.252-2 Clauses Incorporated by Reference; www.farsite.hill.af.mil ; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7004AltA Central Contractor Registration; FAR 252.203-7002 Regulations To Inform Employees of Whistle Blower Rights Acquisitions of Commercial Items; FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commercial Items; FAR 252.225-7001 Buy American Act and Balance of Payments Program; and DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Quoters are to include a completed copy of the provision at 52.212-3 "Offeror Representations and Certifications - Commercial Items" with their quote. Quoter shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offerer has not completed the annual representations and certifications electronically at the ORCA website, the offerer shall complete only paragraphs (b) through (i) of this provision. The provisions and clauses can be found at FAR website: http://www.farsite.hill.af.mil ; The Offeror is required to provide their Federal Tax ID Number, Contractors' DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-938-6785. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters shall be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0296/listing.html)
- Place of Performance
- Address: BUILDING FC420, CAMP LEJEUNE, North Carolina, 28542, United States
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN02828063-W 20120808/120806235138-719fcd1285c3cf22c215a3627fa24773 (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 |