DOCUMENT
73 -- Food Tray Delivery/Rethermalization System - Attachment
- Notice Date
- 9/10/2018
- Notice Type
- Attachment
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25018Q9859
- Response Due
- 9/12/2018
- Archive Date
- 10/12/2018
- Point of Contact
- Myron J Carson
- E-Mail Address
-
carson@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS SOLICITATION This is a Combined Synopsis Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested, and a written solicitation will not be issued. Awards resulting from this solicitation will be based on a determination of Lowest Price Technically Acceptable (LPTA). The solicitation number is 36C25018Q9859, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This requirement is posted as a Full and Open competition solicitation. Businesses submitting responses to this RFQ not listed and current in the System for Award Management (SAM) (https://www.sam.gov/) prior to award will not be considered. The associated NAICS code for this requirement is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing), and the size standard is 1250 Employees. The solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective 08-22-2018. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at https://www.acquisition.gov. Only emailed proposals received by the date indicated in this solicitation, directly from the offeror, shall be considered acceptable. The successful awardee agrees in accordance with the terms and conditions stated herein. The successful awardee shall be able to provide a quote for all items in the attached Price/Cost Schedule meeting the acceptability criteria listed (see attached), and provide all services outlined in the Scope of Work (SOW). FOB Destination. Multiple awards will not be made. The Dayton VA Medical Center (DVAMC), Nutrition and Food Service, 4100 W. Third Street, Dayton, OH 45428-9000 has a requirement for the removal of an existing food tray delivery system, and installation of a new food tray delivery system. The Department of Veterans Affairs intends to award a firm fixed price contract to the vendor providing the supplies and services described in this solicitation determined to be LPTA, and best value to the Government. A site visit will be scheduled to provide a specific time for interested parties to take any necessary measurements, and familiarize themselves with space requirements. The site visit is not mandatory; however, it is highly recommended for those unfamiliar with the site. Please confirm your desire to attend a site visit by emailing your name and affiliation to the Contracting Officer at myron.carson@va.gov no later than 4:00 pm EST on September 11, 2018. Parties are to meet inside the main entrance of the Dayton VA Medical Center (Bldg. 330) located at 4100 W. Third Street, Dayton, OH 45428-9000 no later than September 12 at 11:00am EST. No technical questions will be answered during the site visit. SCOPE OF WORK (SOW) The successful Contractor is to provide food tray delivery system products as listed herein, as requested by authorized VA Staff, in order to support the Dayton VA Medical Center, Nutrition and Food Service, Dayton OH. The replacement of the tray system is for the acute patient care areas and the CLC unit located in building 330, and Nutrition Service Production Facility in building 411. Delivery shall be within 16 weeks ARO (After Receipt of Order), and installation shall be completed within one 7-day period, during normal working hours/conditions, between the hours of 5:00 am and 7:30pm EST. Shipping, receiving, uncrating, assembly, staging, installation, calibration, and testing of all new equipment at the facility shall be coordinated with Chief, Nutrition and Food Service, and Engineering Service, and shall result in a turn-key installation/operation. Installation includes furnishing all equipment, materials, and labor necessary for removal of old equipment; uncrating, assembling, staging and installing new equipment. Current operations and uninterrupted meal service shall be maintained during the transition to a new tray system. On-site training for food service staff and Engineering on operations, troubleshooting, and preventive maintenance as well as coordinated technical and operation support during the warranty period are crucial components of a successful contract. Rethermalization and delivery system shall include equipment to support tray delivery for late trays (meals served at other than regular meal times), and changes that may occur with patient service in the future. The successful contractor shall obtain all necessary building permits and approvals; provide a representative to coordinate with VA in order to ensure all equipment and accessories are accounted for upon delivery to VA; revise/install proper (to code) electrical connections for all new equipment; disconnect, remove and stage existing rethermalization docking stations and carts in one central designated location at facility in stages as to avoid service interruption; anchor, start-up, test run and calibrate all new equipment; remove trash and packing materials to facility designated area/container. PRICE/COST SCHEDULE The contractor shall provide a unit price for each line item, the aggregate total for each line item, and a total price for the items listed using the attached Price/Cost Schedule Excel Spreadsheet. DESIGNATION OF CONTRACT OFFICER REPRESENTATION The Contracting Officer Representative (COR) will be designated in writing. The COR, in coordination with Engineering Service, will be responsible for furnishing technical guidance, and monitoring Contractor progress upon contract award. The COR is not authorized to interpret or furnish contract advice or information to the Contractor relative to the financial or legal aspects of the respective awarded contract. Enforcement of these segments is vested in, and is the sole responsibility of, the Contracting Officer awarding the contract. EVALUATION CRITERIA/SUBMISSION OF OFFER Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13, Simplified Acquisitions Procedures, and will be based upon the contractor providing the lowest price technically acceptable product(s)/service(s). Please submit a capabilities statement, which reflects your approach for successful transition, and implementation of the system. To be considered acceptable, offers must be determined by the Government to fully meet or exceed all standards specified in this solicitation. CONTRACT AWARD The following clauses apply to this acquisition: FAR 52.203-3; 52.203-6 (Alt 1); 52.203-17; 52.204-4; 52.209-6; 52.209-9; 52.211-11; 52.212-3; 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4(c) changes text in paragraph (c) is deleted and replaced with: changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, authorized by the Federal Acquisition Regulation, and its supplements that may be made unilaterally by the Contracting Officer (see FAR 43.103(b)); 52.212-5; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-40; 52.223-18; 52.225-5; 52.225-13; 52.228-5; 52.232-34; 52.232-36; 52.232-40; 52.233-2; 52.242-13; 52.246-1; VAAR 852.203-70; 852.211-70; 852.232-72; 852.237-70; 852.246-70, 3-years; and 852.270-1. The following provisions apply to this acquisition: 52.209-5DEV; 52.209-7, Information Regarding Responsibility Matters (Jul 2013); 52.212-1, Instructions to Offerors-Commercial, with addenda: paragraph (c) change 30 to 60; 52.212-2, Evaluation-Commercial Items (Oct 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017); 52.216-1, Type of Contract (Apr 1984), Firm-Fixed Price contract; 52.232-38; 52.233-2, Service of Protest; VAAR 801.604, Contracting Officer s Representative; 852.211-72; 852.215-70; 852.233-70; 852.233-71; 852.252-70; and 852.270-1. This solicitation includes FAR 52.219-9, Small Business Subcontracting Plan, VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement, VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, VAAR 852.215-71, Evaluation Factor Commitments; VAAR 852.219-71, VA Mentor-Protégé Program; and VAAR 852.246-71, Inspection. Offerors shall submit their quote on the attached Price/Cost Schedule, and shall comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, with addenda: paragraph (c) change 30 to 60. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and Part 13. The Government intends to make a single award from this RFQ. 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. An Offeror s initial proposal should contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Dayton VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Violating this requirement may constitute justification for removal from consideration for this award. All questions and concerns regarding this solicitation shall be directed to the Contracting Officer. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Questions pertaining to this solicitation shall be sent via e-mail only to: myron.carson@va.gov no later than 4:00 pm EST on September 14, 2018. No response will be provided to questions received after the specified date and time, or not submitted via email. Question will be consolidated, and responses posted to FBO no later than 4:00 EST on September 19, 2018. Quotes shall be submitted via e-mail only to: myron.carson@va.gov no later than 4:00 pm EST on September 21, 2018 to be considered for this solicitation. See attached documents: Salient Characteristics List, Price/Cost Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q9859/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9859 36C25018Q9859.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582868&FileName=36C25018Q9859-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582868&FileName=36C25018Q9859-000.docx
- File Name: 36C25018Q9859 S02 - Salient Characteristics List (Draft).xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582869&FileName=36C25018Q9859-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582869&FileName=36C25018Q9859-001.xlsx
- File Name: 36C25018Q9859 S02 - Price Cost Schedule (Draft).xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582870&FileName=36C25018Q9859-002.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582870&FileName=36C25018Q9859-002.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9859 36C25018Q9859.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4582868&FileName=36C25018Q9859-000.docx)
- Place of Performance
- Address: Dayton VA Medical Center;4100 W Third Street;Dayton, OH
- Zip Code: 45428
- Zip Code: 45428
- Record
- SN05082550-W 20180912/180910231943-b6e32fb63c6a0badcefd497c47789aa2 (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 |