Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

73 -- FLIGHT-TYPE DISHWASHER

Notice Date
7/25/2014
 
Notice Type
Presolicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCB Camp Lejeune - RCO, PO Box 8368, MCB Camp Lejeune, North Carolina, 28547-8368, United States
 
ZIP Code
28547-8368
 
Solicitation Number
M67001-14-T-0254
 
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
The Food Service Division at Marine Corps Base (MCB) Camp Lejeune, NC has a requirement for the following item: QTY U/I ITEM 1 EA Hobart Model No. FT1000S+BASE. Flight type dish machine, 58 gallons of final rinse consumption per hour, with dual rinse, hinged and insulated doors, sliding wash arms without caps, and microprocessor controls with delime notification. Standard warranty - 1-Year parts, labor travel time during normal working hours within the USA. With the following option selections: •FT1000S-ASR0MO Without Automatic Soil Removal (ASR). •FT1000S-LPF025 Load Platform 2.5ft. •FT1000S-DRSYES With Dual Rinse. •FT1000S-CTRSTD Standard Non-Split 5ft Center Joined (Wash/Dual Rinse). •FT1000S-UNL056 5ft 6in Unload Section Non Split. •FT1000STLG17.228 TLG - Total Length of load, center and unload section is: 17.228 feet. •FT1000S-DRY0NO Without Blower Dryer. •FT1000SHGTSTD Standard Height.FT1000S-EGR0NO Without Energy Recovery System. •FT1000S-AER0NO Without Advansys Energy Recovery (VentlessTechnolgy). •FT1000S-HTESCL STEAM COIL. •FT1000S-ELE0EU 208-240/60/3 (LV). •FT1000S-CBR0NO Without Circuit Breaker. •FT1000S-BST120 120 Steam Booster. •FT1000S-PIPSTD Standard Piping. •FT1000S-DIR0LR Left to right operation. •FT1000S-ACL0NO Without Auto Clean. •FT1000S-ADL0NO Without Auto Delime. •FT1000-DRN-UNL Drain in Unload. •FT1000-DORHNG Hinge doors, all sections. •FT1000S-CNVSTD Standard Conveyor. •FT1000S-ROD0NO Without Cross Rods. •FT1000S-SEF0NO Without SEF Options. 1 EA INSTALLATION TO MESSHALL HP521-TO INCLUDE UTILITY CONNECTION, START-UP AND TEST. VENDOR TO PROVIDE ALL REQUIRED UTILITIES PER EQUIPMENT SPECS. W/REMOVAL OF DEBRIS, TRASH AND PACKING MATERIALS ASSOCIATED WITH THIS INSTALLATION This will be a Brand-Name or Equal solicitation. The manufacturer name and part number are provided only to assist potential quoters in understanding the government's requirement. The Government is not soliciting or suggesting a particular name brand, and will consider quotes for any brand that fulfills the government's need. Alternative products must have equal technical characteristics as the brand name and shall be documented to show sufficiency. The proposed acquisition will be solicited on an unrestricted basis. The Government will solicit and award this contract using simplified acquisition procedures, in accordance with FAR subpart 13.0. It is the Government's intention to issue a single firm-fixed price purchase order on an "all or none" basis for all items. The Government intends to award to the quoter who represents the Lowest Price Technically Acceptable (LPTA) quote. Quotes will be evaluated and ranked according to price, from lowest to highest. The Government reserves the right to evaluate only the technical quote of the lowest price quoter. Other technical quotes may not be evaluated unless the Government determines the lowest price quoter to be unacceptable or non-responsive. In the event the Government determines the lowest price quoter to be unacceptable, the technical quote of the next lowest price quoter will be evaluated.This process will continue until a technical proposal is determined to be acceptable. Statement of Work for installation will be provided with solicitation. The solicitation will be available for download via the electronic data interchange at FedBizOpps, www.fedbizopps.gov, on or about 29 July 2014. It is the responsibility of the quoter to continually view the website for the solicitation and any amendments. Contractors interested in doing business with the government must be registered in the System For Award Management (SAM) database, http://www.sam.gov/. and agree to implement the Department of Defense web-based software application Wide Area Workflow Receipt and Acceptance (WAWF-RA) at https://wawf.eb.mil/. All responsible businesses may submit an offer, which will be considered. The point of contact for this solicitation is Glenn Mayberry, Purchasing Agent, (910) 451-1707, glenn.mayberry@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M67001-14-T-0254/listing.html)
 
Place of Performance
Address: Buildings 914 and HP521, Camp Lejeune, North Carolina, 28547-8368, United States
Zip Code: 28547-8368
 
Record
SN03438728-W 20140727/140725235211-f7f4f3a0bc8cae9bfd947334efc7fb67 (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.