SOLICITATION NOTICE
73 -- Dishwasher (Notice of intent to perform oral solicitation)
- Notice Date
- 7/26/2019
- Notice Type
- Synopsis
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- 36C26019Q0631
- Response Due
- 7/31/2019
- Archive Date
- 8/30/2019
- Point of Contact
- gregory.watson2@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 3 In accordance with FAR 13.106-1 (c )(1), the Department of Veterans Affairs intends to perform oral solicitations for Hobart Model Conveyor Dishwasher or equal. This oral solicitation will be set-aside for SDVOSB s. To be considered eligible for award all SDVOSB s must be registered/verified through Vetbiz.gov. If you wish to be included in this solicitation, please respond electronically to gregory.watson2@va.gov by 11 AM PST Wednesday July 31th 2019. This solicitation will be performed Wednesday July 31th 2019. This will be a brand name or equal to solicitation to the following Items Manufactured by Hobart The intent is for potential offerors to provide Hobart Model No. CL64EN EGR+BUILDUP Conveyor Dishwasher. Please provide: Item Number Unit Qty Part Number -Description Total 1 EA 1 CL64EN-EGR+BU DISHWASHER, CONVEYOR TYPE Hobart Model No. CL64EN-EGR+BUILDUP Conveyor Dishwasher, energy recovery (DWER), (2) tank, (342) racks/hour, insulated hinged doors,.39 gallon/rack, stainless steel enclosure panels, microprocessor controls with low temperature & dirty water indicators, 30 kW stainless booster, drain water tempering kit, ENERGY STARr 1 ea CL64EN-EGRELE0AX 208v/60/3-ph, electric heat only 1 ea CL64EN-EGRHTE15K Electric tank heat 15kW wash/10kW rinse 1 ea CL64EN-EGRERH30K 30kW electric booster 1 ea CL64EN-EGRDIR0LR Left to right operation 1 ea CL64EN-EGRHGTSTD Standard height 1 ea CL64EN-EGRFETSTD Standard feet 1 ea NOTE: For water over 3-grains of hardness, Hobart suggests adding a water softener. Weight: 880 lbs total 2 EA 1 INSTALLATION Scope of work: *Secure and disconnect all existing utilities to the machine, and existing tabling as needed for removal. *Remove machine and tabling. Machine to be remove to back dock for disposal by others. Tabling in be set aside for re-installation. *Uncrate set in place, and level new dish-machine. *Provide and install hot/cold water line from existing shut-offs within the room. Water lines to have water hammers installed on them. *Provide and install new drain line from the machine to the existing floor drain. *Hook-up existing electrical circuit to the new machine. *Hook up existing exhaust duct. Modify existing unload end of the exhaust duct as needed. ***(Duct will need modifications due to the new machine being a energy recovery unit). *Re-install tabling and hook up any utilities that were disconnect for removal. *Start-up and test for proper operation. **Excludes any utility modifications. INCLUDING: 1 ea Hobart Care Unlimited: M-F, 8am -5pm, weekday coverage for all calls, unlimited number of calls, (1) business day response for emergency calls, (3) business day response for non-emergency calls (2nd year extended warranty preference) Shipping Address: Department of Veterans Affairs Boise VA Medical Center 500 W. Fort St. Building 34 Boise, ID 83702 To be considered technically acceptable, the products must meet the following minimum salient characteristics: Salient Characteristics Dishwasher Salient Characteristics Construction: Tank, chamber, frame, legs, control box, doors, and all panels are constructed of stainless steel. Must be straight line modular styling with all seams turned in to eliminate raw edges. SPECIFICATIONS: Meets requirements of A.S.S.E. Standard No. 1004 and NAFEM Data Protocol compliance. Must be ENERGY STAR ® Certified. DESIGN: Semi-automatic, high temperature double-tank, rack-type dishwasher with flexible thermal layer curtains separating chambers. Curtains must be located between wash, rinse and final rinse zones. Insulated hinged inspection doors located in front of machine provide easy access to wash arms, rinse arms, strainer, strainer basket, drain, and pump intake screen. Chamber height opening must be 19.5" to accommodate sheet pans. Length of machine inside tank (at table connection) 64". Machine designed to clean and sanitize with hot water 150 °F wash, 160 ° power rinse and 180 °F (minimum) final rinse. Water hardness recommended to be 3 gr. for best results. Automatic interlocks shut off pump and conveyor if door is opened when machine is in operation. PUMP: Two 165 gpm recirculating stainless steel pumps and impeller with a ceramic seat seal. Easily accessible pumps assembly permits quick inspection. Has a removable pump intake screen. The pumps are self-drain ing. All piping distributing water to the upper and lower wash arms is stainless steel tubing. PUMP MOTOR: Must meet or exceed specifications for Hobart 2 hp grease-packed ball bear ings, splash proof, ventilated with manual, resettable inherent overload protection. Available in electrical specifications are of 208-240/60/1, 208-240/60/3, 480/60/3 and 600/60/3. Also available, but not will not be submitted for UL listing are 200-240/50/3 and 380-415/50/3. CONTROLS: Will have a top mounted stainless steel control module with power and start/stop buttons mounted near center facing front. Dishwasher will have energy saver mode, service diagnos tics mode with display, programmable auto-shut down, NSF rated configurable pot and pan dwell mode, dirty water indicator, configurable delime alert notification, low temperature alert and drain water energy recovery. Machine control circuitry will be operated from a 120-volt con trol circuit transformer. Electrical components are completely wired with 105 °C, 600V thermoplastic insulated wire with stranded conductors routed through UL listed electrical conduit or covered wire way. CONVEYOR: Rapid return drive mechanism will be designed for even through put of racks and will allow for a 18.75-inch separation between the wash and the rinse zone. Will have 342 rack per hour capacity with racks conveyed automatically through wash and rinse zones and then onto a clean dish table. Ball-detent clutch type drive will prevent damage to machine and racks, if and when movement of racks is obstructed. Rack tracks, conveyor structure, and drive units of stainless steel for 193 4" x 193 4" racks as set standard. Conveyor speed: 9.5 FPM. DRIVE MOTOR: Will be a 1 6 horsepower gear motor equal to or better than a built for/by Hobart motor 1/6 HP, currently available. Shall be ventilated with manual and resettable inherent overload protec tion. Is available in electrical specifications of 208-240/60/1, 208-240/60/3, 480/60/3 and 600/60/3. Also available, but not submitted for UL Listing are 200-240/50/3 and 380-415/50/3. POWER WASH AND RINSE: Wash and rinse tanks are equipped with upper and lower stainless steel anti-clogging CFD wash arms which effectively direct water jets to all ware surfaces. Dishwasher will utilitze Opti-Rinse system. Both upper and lower wash arms are self-aligning with easily removable end caps for cleaning without use of tools. A remov able perforated stainless-steel strainer tray will support a deep perforated stainless-steel basket. FINAL RINSE: Final rinse flow rate shall be equal to or exceed: 2.2 gpm,.39 gpr, 132-gph. Stainless steel upper and lower Auto Position Rinse Arms have single rows of nozzles. Racks entering the rinse zone automatically trigger rinse. Final rinse water line is equipped with a vacuum breaker downstream of an electrically operated solenoid valve in common piping system. Removable perfo rated stainless steel strainer basket can be removed without removing lower rinse arm. Rinse agent injection ports provided in final rinse piping above chamber. Caution: Materials, including silver, alumi num and pewter that are attacked by sodium hypochlorite (bleach) in the chemical sanitizing dishwasher mode of operation shall be excluded. FILL: Fill water line must be equipped with vacuum breaker on down stream side of electrically operated solenoid valve in common piping system for automatic maintenance of tank level, as per critical control of cross contamination standards. DRAIN AND OVERFLOW: Must have large bell-type automatic overflow and drain valve controlled from inside of machine. Drain automatically seats by closing inspection doors. Drain will be of large diameter and will have high temperature o-rings to seat drain properly to prevent leakage. Drain housing can be plumbed from load or unload end of machine. STANDARD EQUIPMENT: Dishwasher will have digital display of wash and final rinse temperatures. Must have positive low water protection for tank heater. Flexible thermal layered curtains will be mounted throughout machine and fitted to ensure proper placement as per the conveyer specifications section. Drain assembly must automatically close when inspection doors are shut. Shall be mounted on stainless steel legs with adjustable feet, then bolted to stainless steel enclosure panels located around perimeter and underneath machine. Has automatic tank fill, door interlocks, auto-timer, vent fan and booster heater controls. Electrical supply must have a single point connection. ELECTRIC: Dishwasher will be equipped with two electric Incoloy ® sheathed immersion heaters (15 KW and 10 KW). Tank water temperature is controlled by microprocessor controlled thermostat with positive low-water protection and magnetic contactor. Will have an internal stainless steel pressureless 30 KW booster heater. A high limit device mounted on the surface of the tank additionally protects heating element from overload and damage. STEAM: Must have one-inch stainless steel steam coil. Tank water temperature is controlled by microprocessor controlled ther mostat with positive low-water protection. Steam is supplied to machine through high temperature steam solenoid valve and line strainer. Warranty: Must have at least a 2nd year extended parts and labor warranty and service contract. SCOPE OF WORK FOR INSTALLATION: Upon arrival of the new dishwasher, the Food Service Supervisor, NFS Chief or the Assistant NFS Chief will inspect and verify the new dishwasher and all other equipment included in this project for compliance and damage, prior to contractor beginning project. Secure all utilities, to include: disconnect power from existing supply, disconnect any and or all plumbing and water supply, and disconnect dishwasher chemical systems. Remove existing dishwasher, move to loading dock, located rear of building 77, for final FMS disposition. (Disposal off site by others). Contractor will provide to FMS a report documenting that dishwasher was recycled in accordance with all rules and regulations pertaining to GEMS standards. Uncrate, set in place, then level new dishwasher. Provide and install new water lines with new plumbing/drains for the correct installation and operation of new dishwasher. Dishwasher will be joined to existing stainless-steel counters. Both wash station table and clean dish station table will be level and without sharp edges when joined to new equipment. Install any and/or all electrical connections to existing power supply. Fill and start dishwasher, check proper operation, and proceed with inspection. Final inspection will be conducted by FMS staff and NFS management, with final sign off by FMS officials only. The Government will award a contract resulting from the following solicitation to the responsible quoter 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: First, all responses will be evaluated to see if they meet the Salient Characteristics and provide descriptive literature to aid in that determination. Offerors meeting the Salient Characteristics will then have a comparative price evaluation conducted and the awardee selected. 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.214-21 DESCRIPTIVE LITERATURE (APR 2002) (a) Descriptive literature, as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as (1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operation. (c) Descriptive literature, required elsewhere in this solicitation, shall be (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid, except that late descriptive literature sent by mail may be considered under the Late Submissions, Modifications, and Withdrawals of Bids provision of this solicitation. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. *This notice satisfies the requirement at FAR 5.201 to synopsize proposed contract actions.* NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0631/listing.html)
- Place of Performance
- Address: Boise VA Medical Center;500 W. Fort St. Building 34;Boise, ID
- Zip Code: 83702
- Country: USA
- Zip Code: 83702
- Record
- SN05382808-F 20190728/190726230012 (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 |