DOCUMENT
73 -- Food Service Equipment Refrigerators and Ice Machine/Bin - Attachment
- Notice Date
- 7/6/2016
- Notice Type
- Attachment
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Carl Vinson VA Medical Center;1826 Veterans Blvd.;Dublin GA 31021
- ZIP Code
- 31021
- Solicitation Number
- VA24716Q0641
- Response Due
- 7/11/2016
- Archive Date
- 9/9/2016
- Point of Contact
- Rena Silvestri
- E-Mail Address
-
2-1210
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA (continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C247 Department of Veterans Affairs Carl Vinson VA Medical Center 1826 Veterans Blvd. Dublin GA 31021 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with FAR 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management. 3. INVOICES: All invoices should be submitted in arrears and must contain the appropriate purchase order number. NOTE: If invoice is submitted improperly (too early, incorrect purchase order number, incorrect billing, etc), invoice will be returned to contractor for correction. Vendor Electronic Invoice Submission Methods Facsimile, e-mail, and scanned documents are not acceptable forms of submission for payment requests. Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: 1.VA's Electronic Invoice Presentment and Payment System - The FSC uses a third-party contractor, Tungsten Network (Formerly OB10), to transition vendors from paper to electronic invoice submission. Please go to this website http://www.tungsten-network.com/us/en/veterans-affairs-us/ to begin submitting electronic invoices, free of charge. 2.A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org). Vendor e-Invoice Set-Up Information Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have question about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: "OB10 e-Invoice Setup Information: 1-877-489-6135 "OB10 e-Invoice email: VA.Registration@ob10.com "FSC e-Invoice Contact Information: 1-877-353-9791 "FSC e-invoice email: vafsccshd@va.gov ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows: AMENDMENT NODATE B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-6, Notice of Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. B.3 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. B.4 PRICE/COST SCHEDULE Item Information ITEM NO.DESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT 0001Traulse Model RR1332LPUT-FHG or equal Roll Through Refrigerator, clear door2.00EA _____________ ____________ 0002Hoshisaki Model CR3B-FS or equal 3-Door Refrigerator 1.00EA _____________ ____________ 0003Hoshisaki Model KM-650MAH or equal 650 lbs Air Cooled Ice Machine 2.00EA _____________ ____________ 0004Hoshisaki Model B-500PF or equal 30" 500LB Vinyl Clad Ice Bin 2.00EA _____________ ____________ 0005On-Site Training 1.00EA _____________ ____________ GRAND TOTAL ____________ B.5 DELIVERY SCHEDULE ITEM NUMBERQUANTITYDELIVERY DATE 0001Roll-Through Refrigerator2.00All items to be delivered and 00023-Door Refrigerator1.00Installed within 30 days after 0003650 lbs Air Cooled Ice Machine2.00the effective date shown in 000430" 500LB Vinyl Clad Ice Bin2.00Block 3 on the cover page 0005On-Site Training1.00 SECTION C - CONTRACT CLAUSES C.1 FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAR 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). FR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) Alternate I (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Non-displacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). (xi)(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS CHARACTERISTICS STATEMENT BACKGROUND The Nutrition and Food service line requires a Traulsen roll thru refrigerator model RR1332LPUT-FHG or equal; Hoshisaki model CR3B-FS or equal three door refrigerator; 650 lbs. Hoshisaki Ice maker model HS KM-650MAH or equal, and a 30" Hoshisaki Vinyl Clad Ice Bin model B-500PF or equal. These equipment items will significantly improve the way items are prepared and served to the patients. The current ice maker, refrigerators are past their expected life cycle and are not performing efficiently due to the need for continuous repair. OBJECTIVES The items will be used to better serve the Veterans while ensuring the safety of food is maintained. It will also reduce the cost of repairs that is mostly generating from the age of the equipment due to the wear and tear due to use in the department. SCOPE This Characteristics Statement defines the effort required for the Dublin VAMC Nutrition and Food Service Line to procure equipment that will ensure that food is served at the correct temperature, stored correctly and food will be modified according to the set procedures that govern the department. The effort will include delivery, installation, and training on the proper use and temperature settings. STATEMENT OF REQUIRED GOODS/DELIVERABLES Item No.Item DescriptionQtyUnit of Issue 1.Traulsen model RR1332LPUT-FHG or equal roll thru refrigerator (Clear Door) *The required roll thru refrigerator must meet or exceed these capacity and dimension specifications to fit within the current locations. Dimensional DataSpecification Net capacity cu.ft117.5 (3329 cu l) Length overall in.100 1/2 (255.3 cm) Depth overall in.39 1/8 (99.4 cm) Depth over body in.32 (81.3 cm) Depth doors open to 90 degrees angle94 ½ (240.0 cm) Clear door width27 1/8 (68.8 cm) Clear door height66 5/16 (168.4 cm) Height overall83 ¼ (211.5 cm) Rack Capacity-66" High3 2Ea 2.Hoshisaki model CR3B-FS or equal three door refrigerator1Ea. 3.Hoshisaki model KM-650MAH or equal 650lbs air cooled ice machine 2Ea 4.Hoshisaki model B-500PF or equal 30" 500lb Vinyl clad ice bin 2Ea. 5.On-site training1Ea. TASKS The pass thru refrigerator, three door reach in refrigerator, and ice machine will require installation by contractor at the time of delivery. No structural modifications will be made to the site of installation. TRAINING The training on proper use of the ice machine will be performed at the time of delivery and set up. There will be a minimum of 12 VA employees present during the training session. It will be performed in the kitchen where the ice machine will be kept. INCLUDE -- Operator Manual and Service Manual. These must be submitted as an electronic copy. Approved electronic copy must be in pdf format, one document per CD, properly labeled with description and product name/model number. ***NOTE 1: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. ***NOTE 2: Only one award will be made to one vendor that can provide all supplies/equipment/service at the lowest price technically acceptable. ***NOTE 3: If you cannot provide all services through your Schedule contract, you MUST state "Open Market" on each contract line item number (CLIN) that is affected. We CANNOT accept Open Market items prior to performing all proper solicitation practices IAW the Federal Acquisition Regulations (FAR). ***NOTE 4: All items are to be shipped FOB Destination. Shipping charges must be included in the price. ***NOTE 5: Request specification sheet for each item quoted to describe item to be furnished. Failure to provide sufficient technical data to allow a comprehensive review may result in being determined as non-responsive. ***NOTE 6: Company name and item stock numbers shown for the "BRAND NAME OR EQUAL" characteristics in no way implies special endorsement consideration for that firm. GOVERNMENT-FURNISHED PROPERTY N/A SECURITY REQUIREMENTS During delivery the vendor will report to the VA Police Department to get a pass that will allow them to work on Government property. This will be done before entry to the department. POINT OF CONTACT Grace Simmons, Assistant Chief Nutrition and Food Service 478-272-1210 Ext 2784 PLACE OF PERFORMANCE AND DELIVERY ADDRESS The Carl Vinson Medical Center requests FOB destination to Carl Vinson VA Medical Center, 1826 Veterans Blvd, Dublin GA 31021. REQUIRED DELIVERY DATE The equipment items will be delivered and set up within 30 days of contract award. SECTION E - SOLICITATION PROVISIONS E.1 FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose 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: Technical and past performance, when combined, are equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DuVAMC557/DuVAMC557/VA24716Q0641/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-Q-0641 VA247-16-Q-0641_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2854106&FileName=VA247-16-Q-0641-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2854106&FileName=VA247-16-Q-0641-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-Q-0641 VA247-16-Q-0641_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2854106&FileName=VA247-16-Q-0641-000.docx)
- Record
- SN04172760-W 20160708/160706235048-6db8e514c71cb69b65b9875c0aaca257 (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 |