Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
MODIFICATION

73 -- DFAC Equipment

Notice Date
9/12/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1108 South R Street, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-12-T-0346
 
Response Due
9/13/2012
 
Archive Date
3/12/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is W911SA-12-T-0346 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 335221 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-13 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Canton, IL 61520 The MCC Sam Houston - ICO McCoy requires the following items, Brand Name or Equal, to the following: LI 001, Nichols Custom Stainless Model No. SDT-6832 OR EQUIVALENT Soiled Dish Table: Soiled distable measuring per site visit. The top is constructed of 14 gauge stainless steel with the portion against the wall formed into a 10" high x 2" wide backsplash. All the free edges are formed 3" high into a 1-1/2" diameter with a 180 degree rolled rim. The base of the table is fully open and supported by 1-5/8" O.D. x.065 thick stainless steel tubular legs fitted with stainless steel leg sockets and adjustable stainless steel bullet feet. The stainless steel crossrail measures 1-1/4" O.D. x.065 thick and is continuously welded to the legs at approximately 10" of the finished floor. Table includes (1) pre-rinse unit and provisions for item #1A (Salvajor S914). SDTPT-729ADD Pass thru ledge measuring approximately 29-1/8" long x 6-5/8" wide. Constructed of 14 gauge stainless steel. Includes stainless steel pass thru frame. 1 ea FAUCET ADD 12" swing faucet., 1, EA; LI 002, Salvajor Model No. S914 OR EQUIVALENT Food Waste Collector: Scrap Collector, scrapping, pre-flushing & collecting system (widely accepted in areas where disposers are restricted), w/salvage basin and silverware trap, 3/4 HP corrosion-resistant pump, stainless steel construction, start/stop pushbutton control panel, w/safety line disconnect. 1 ea Domestic factory authorized start up, standard 1 ea Domestic factory authorized demo, standard 1 ea 115v/60hz/1-ph, 11.0 amps 1 ea 992013 Scrap basket, 1, EA; LI 003, Hobart 2010 Model No. AM15-2 OR EQUIVALENT Dishwasher, Door Type, hot water/chemical sanitizing, 58-65 racks/hour, straight-thru or corner, solid-state controls w/digital status, with booster heater, electric tank heat, auto-fill, s/s tank, frame, doors & feet, 208-240/60/3, ENERGY STAR? 1 ea 1-Year parts, labor & travel time during normal working hours 1 ea DISHRAK-P1400 Rack peg type tray. SPEC-KIT Single point electrical connect AM15 kit (field installation required), 1, EA; LI 004, Nichols Custom Stainless Model No. CDT-6064 OR EQUIVALENT Clean Dish table: ?L? shaped clean dishtable measuring per site visit. The top is constructed of 14 gauge stainless steel with the portion against the wall formed into a 10" high x 2" wide backsplash. All the free edges are formed 3" high into a 1-1/2" diameter with a 180 degree rolled rim. The base of the table is fully open and supported by 1-5/8" O.D. x.065 thick stainless steel tubular legs fitted with stainless steel leg sockets and adjustable stainless steel bullet feet. The stainless steel crossrail measures 1-1/4" O.D. x.065 thick and is continuously welded to the legs at approximately 10" of the finished floor., 1, EA; LI 005, Eagle Group Model No. S4-74-2148S OR EQUIVALENT Wire Shelving Starter Unit, (4) 21"W x 48"L wire shelves and (4) 74"H posts, stainless steel, NSF, 2, EA; LI 006, Vulcan Hart Model No. EV36-S-2FP24G208 OR EQUIVALENT Restaurant Range, 36", electric, (2) 2kw French hot plates 9-1/2" round French plates w/infinite controls, 24"W Griddle polished steel plate, thermostat controls, standard oversized oven w/(1) rack, stainless steel front, sides, single deck high shelf & 6" legs, 15.8kw, 208v 1 ea 1 year limited parts & labor warranty, standard 1 ea 208v/60/3ph, 15.8kw, 49.1 amps, direct wire, standard 1 ea Single deck s/s high shelf, standard 1 ea CASTERS RR4 Casters (set of 4), 1, EA; LI 007, RATIONAL Model No. SCC 101 OR EQUIVALENT Combi Oven: SelfCooking Center? with CareControl, half-size, electric, SelfCooking control w/9 modes, Combi-Steamer w/3 modes, (10) 13"x18" or (6) 12"x20" pan capacity, CleanJet auto-clean, CDS self-clean, core temp probe w/6 point measurement, retractable hand shower, USB interface, 19kw Standard warranty: 2 year parts and labor warranty with registration of unit (subject to terms defined in the full warranty), first instruction 1 ea 1 ea 208/60/3ph, 60 amps, 3 AC, std 1 ea RCI RCI RATIONAL Certified Installation. 8720.1551US Installation Kit "1", for electric SCC/CM 61 (208/60/1 & 240/60/1), SCC/CM 101 (208/60/3 & 240/60/3), SCC/CM 102 (480/60/3), SCC/CM 201 (480/60/3) Door hinged on right std. 60.30.056 UG I Mobile Oven Stand, open base, s/s construction, undershelf, legs w/casters for SCC61, SCC101, CM61 & CM101 series, 1, EA; LI 008, Eagle Group Model No. T2448SE-BS OR EQUIVALENT Work Table: 48"W x 24"D, 14/304 stainless steel top with 4-1/2" backsplash, rolled front edge, square turndown ends, 18 gauge stainless steel undershelf, 1-5/8" O.D. 16 gauge stainless steel legs, adjustable stainless steel feet, U OS1248-14/3 Overshelf, Table Mounted, single deck, 12"W x 4 feet long, 14 gauge 304 stainless steel., 1, EA; LI 009, Eagle Group Model No. T3060SE OR EQUIVALENT Work Table: 30"W x 60"L, 14 gauge type 304 stainless steel top with rolled edges front & back, square turndown ends, 18 gauge stainless steel undershelf, 1-5/8" O.D. 16 gauge stainless steel legs, adjustable stainless steel feet,, NSF TM60PR Pot Rack, Table Mounted, triple bar design with tubular table supports, 52"L, with stainless steel two-prong sliding hooks, constructed of 3/16" x 2" stainless steel, NSF 1 ea, 1, EA; LI 010, Eagle Group Model No. T2430SE OR EQUIVALENT Work Table: 24"W x 30"L, 14 gauge type 304 stainless steel top with rolled edges front & back, square turndown ends, 18 gauge stainless steel undershelf, 1-5/8" O.D. 16 gauge stainless steel legs, adjustable stainless steel feet, NSF, 1, EA; LI 011, Traulsen 2010 Model No. AHT232WUT-FHS OR EQUIVALENT Refrigerator Reachin: Spec-Line Refrigerator, Reach-in, Two-Section, self-contained refrigeration, stainless steel exterior, aluminum interior, standard depth, wide full-height doors, 1 ea 115v/60/1ph, 8.2 amps, w/cord & NEMA 5-15P, standard 1 ea 1 yr service/labor, 5 yr compressor & 2 yr control warranty, standard 1 ea Door hinging to be determined., 1, EA; LI 012, Traulsen 2010 Model No. ALT132WUT-HHS OR EQUIVALENT Freezer Reachin: Spec-Line Freezer, Reach-in, One-Section, self-contained refrigeration, stainless steel exterior, aluminum interior, standard depth, wide half-height doors, 1 ea 0 degrees Fahrenheit holding temperature, standard 1 ea 115v/60/1ph, 9.4 amps, w/cord & NEMA 5-15P, standard 1 ea 1 yr service/labor, 5 yr compressor & 2 yr control warranty, standard 1 ea Door hinging to be determined, 1, EA; LI 013, Eagle Group Model No. HSA-10-FDPEE OR EQUIVALENT Hand Sink, wall model, 14-3/4" x 19-1/4" x 31-1/4", stainless steel construction, electronic eye gooseneck spout, towel dispenser, electronic soap dispenser, basket drain, deep-drawn seamless design-positive drain, NSF, 1, EA; LI 014, Nichols Custom Stainless Model No. WTC-7329 OR EQUIVALENT Counter with cabinet: Counter measuring per site visit. The top and 8? high splash on rear and right end are 14 gauge stainless steel with two sides turned straight down 1-1/2" and back 1/2" at 60 degrees from vertical. The base of the table is fully open and supported by 1-5/8" O.D. x.065 thick stainless steel tubular legs fitted with stainless steel leg sockets and adjustable stainless steel bullet feet. The stainless steel shelf is continuously welded to the legs at approximately 10" off the finished floor with all four sides turned straight down 1-1/2" and back 1/2" at 60 degrees from vertical. The wall cabinet measures per site visit and is constructed of stainless steel with bottom and intermediate shelf., 1, EA; LI 015, Nichols Custom Stainless Model No. SC-9731 OR EQUIVALENT Serving Counter measuring per site visit. The top is 14 gauge stainless steel with all four sides turned straight down1-1/2" and back 1/2" at 60 degrees from vertical. The base of the table is fully open and supported by 1-5/8" O.D. x.065 thick stainless steel tubular legs fitted with stainless steel leg sockets and adjustable stainless steel bullet feet. The stainless steel shelf is continuously welded to the legs at approximately 10" off the finished floor with all four sides turned straight down 1-1/2" and back 1/2" at 60 degrees from vertical. Table includes provisions for (drop in hot food unit) and (1) (drop in hot/cold food unit), 1, EA; LI 016, Randell Model No. 9560-4AWF OR EQUIVALENT Drop-In Hot Food Unit, electric, (4) 12"x20" pan size, auto-water fill, wet operation, individual thermostatic control, s/s top, corrosion resistant steel exterior, with drain and common gate valve, 4.4 kw 1 ea 208v/60/1-ph, 21.2 amps, direct, standard, 1, EA; LI 017, Randell Model No. 9580-2A-240Z OR EQUIVALENT Drop-In Hot/Cold Food Unit, electric, (2) 12"x20" pan size, switch for hot or cold operation, common waterbath, thermostatic controls, s/s top corrosion resistant steel exterior, drain & gate valve, 1/4 HP, 120/240v/60/1, 11kw, C/O:22.63x27.5", 1, EA; LI 018, Randell Custom Model No. FMC1R-96 OR EQUIVALENT Sneeze Guard: 96" x 24" x 18.6" Powder Coated Glass Shelf with Sneezeguard, 1, EA; LI 019, Nichols Custom Stainless Model No. WC-10836 OR EQUIVALENT Counter measures per site visit; the top and 8? high splash on rear and both ends are constructed of 14 gauge stainless steel and the body is constructed out of 18 gauge stainless steel. The counter sits on 6" high x 1 5/8" outside diameter x.065 inches thick stainless steel tubular legs which will be fitted with adjustable stainless steel bullet type feet., 1, EA; LI 020, Eagle Group Model No. SR14-16-9.5-1 OR EQUIVALENT Sink Bowl, Drop-In, 1 compartment, 16"W x 14"L x 9-1/2"D, heavy gauge stainless steel, #302004 deck mounted gooseneck faucet, 3-1/2" drain hole, basket drain, mounting hardware, NSF 1 ea Faucet hole punched on 4" centers, standard 1 ea Standard faucet 1 ea 300789 P-Trap, nickel-plated, 1, EA; LI 021, Bunn-O-Matic Model No. VP17-3-0013 OR EQUIVALENT Coffee Brewer: pourover type, brews 3.8 gallons per hour capacity, (3) lower warmer, plastic funnel, black decor, 120v/60/1-ph, 13.9 amp, 1670 watts, NEMA 5-15P, cord attached, UL, NSF EASYPOUR-0103 06100.0103 Easy Pour? Coffee Decanter, 64 oz., drip-proof, fast-pour-lip, black handle, 3-pack 1 pk EASYPOUR-OR-0102 06101.0102 Easy Pour? Coffee Decanter, 64 oz., drip-proof, fast-pour-lip, orange handle, 2-pack, 1, EA; LI 022, Chef Assistance Program A brand certified chef will conduct 4 hours of training on the combi stove, to include how to turn the equipment on/off, how to use in steam mode, how to use in bake mode, how to use in combi mode for all types of foods and the proper cleaning of the equipment. Users end result will be able to utilize the equipment, for the type of meal being prepared, without any external supervision., 1, EA; LI 023, Installation of ALL items, 1, EA; LI 024, Shipping, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MCC Sam Houston - ICO McCoy intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Sam Houston - ICO McCoy is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The following RFQ and resulting Contract is subject to the following FAR/DFAR Provisions/Clauses 52.204-99, 52.211-6, 52.212-1, 52.212-3 (Alt I), 52.212-4, 52.252-1, 52.252-2, 52.212-5 - 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7008, 252.223-7008, 252.225-7002, 252.232-7010, 252.243-7001, 252.227-7000, 252.209-7999, 252.211-7003, 252.212-7000, 252.212-7001 - 252.203-7000, 252.225-7001, 252.232-7003, 252.247-7023 ALT III, 252.225-7000, 252.232-7003, 252.232-7006. Please visit http://farsite.hill.af.mil/ to view FAR/DFAR Provision/Clauses by full text. Sellers must be registered with the System for Award Management (SAM) prior to receipt of order. Information can be found at www.sam.gov. NAICS Code and Size Standard: 335221, 750 employees. Only qualified sellers registered in SAM under this NAICS Code will be considered for this RFQ. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Small Business Set Aside NAICS Code and Size Standard: 335221, 750 Employees. Only qualified sellers registered in SAM under this NAICS Code will be considered for this RFQ. (a) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (b) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (c) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type: The Contractor shall use the following document type(s): Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (i) Inspection location: ?To be determined? (ii) Acceptance location: ?To be determined? (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAACHQ0490 Issue By DoDAACW911SA Admin DoDAACW911SA Inspect By DoDAACW919H3 Ship To CodeW919H3 Ship From CodeTBD Accept By DoDAACW919H3 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered,unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Inspector email address: TBD Acceptor email address: TBD (d) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988 FAR 52.211-6, Brand Name or Equal; Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered. Sellers should submit this documentation immediately following the submission of a bid. However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy. Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6592c8dd60b0e596832ee8f646b1ebc7)
 
Place of Performance
Address: Canton, IL 61520
Zip Code: 61520
 
Record
SN02880306-W 20120914/120913001932-6592c8dd60b0e596832ee8f646b1ebc7 (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.