SOLICITATION NOTICE
73 -- Food Service Equipment
- Notice Date
- 4/29/2020 2:43:33 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25820Q0149
- Response Due
- 5/7/2020 12:00:00 AM
- Archive Date
- 07/06/2020
- Point of Contact
- Louis Wade (480) 466-7935
- E-Mail Address
-
louis.wade@va.gov
(louis.wade@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for BRAND NAME OR EQUAL commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04 dated 01/15/2020. This solicitation is set-aside for SDVOSB. This solicitation is for BRAND NAME OR EQUAL to the items listed in the Statement of Work (SOW) The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 Other Commercial and Service Industry Machinery Manufacturing, with a small business size standard of 1000 employees. The FSC/PSC is 7310 Food Cooking, Baking & Service Equipment. The Northern Arizona VA Healthcare System s Nutrition and Food Service Department has a requirement to purchase BRAND NAME OR EQUAL three (3) plate heaters, one (1) Cold Food Server and two (2) Air Curtain Refrigerators. All interested companies shall provide quotations for all items described in Statement of Work. Supplies/Services Mobile Plate Heater Nomenclature Brand Name Quantity Plate Heater Dispenser Cambro CHPL100000 Camtherm 3 EA Mobile plate heater dispenser, this purchase will be for the replacement purchase of three (3) mobile plate heater units used for patient meal service. Requirements: BRAND NAME OR EQUAL to Cambro model number CHPL100000 Camtherm plate heater. The plate heating unit must have two self-elevating heating silos for storage of up to one-hundred plates. The accommodating plate size for this plate heater must be 9 -10.5 inches in diameter. The unit must have digital temperature controls. The plate silos must have a hinged insulated lid with stay cool handle. The unit must have rolling casters with locking feature for easy transport and safe operation. The unit must have 2400-watt convection heating system. The unit must be insulated to ensure consistent internal temperatures and safe to touch for operation. The unit must have side handles and corner bumpers for safe transport. The unit must have an easy to access back panel that opens for cleaning the inside of the unit. Salient Characteristics Unit must be 208-240v/50/60/1-ph Enclosed tubular frame Two self-elevating silo tubes Holds 50 ceramic plates that are 9 -10.5 inches per silo tube (100 total) Duel lids with stay cool handle Digital control for temperature settings 2400-watt convection heating system 4 each- 5 NSF rolling casters, 2 rigid, 2 swivels with brake 304 stainless steel 10.5 amps Three (3) total mobile plate heaters needed Cold Food Server Nomenclature Brand Name Quantity Cold Food Server Vollrath 37076 1 EA Cold Food Server, this purchase will be for the replacement of one (1) cold food server units that is in the domiciliary kitchen. This unit functions as a salad bar in the serving area of the kitchen. The current unit that will be replaced has a date of 9/25/20 and is functioning. Requirements: BRAND NAME OR EQUAL to Vollrath cold food serving counter model 37076 signature server. Must have an operator Side 74"" tray slide, Tubular stainless, 12""W. Right Side End Shelf Steel Countertops, 18"" x 28"" (right side when viewed from operator. Unit must be made from a heavy gauge stainless steel 14-gauge or better. The unit must be insulated to resist temperature cooling and increase efficiency. The unit must have a built-on breath/sneeze guard with end panels and top shelf. Unit must have a drain inside the well and include a front valve with piping to properly drain. Salad Bar will be up against a wall, move all controls, vents, drains to "" customer side"". Power switch can be std end mounted. Salient Characteristics The unit is 74""W x 28""D x 34""H Holds food at temperatures between 33- and 41-degrees Fahrenheit. Bloomington style recessed well displays pans 3"" below work surface, coils surround sidewalls, accommodates 6"" deep pans Polyurethane foam insulation, standard well drains, seamless display pan well opening Inside dimensions of 19 7/8"" x 63"" x 6 5/8"" deep 1/3 hp compressor, 7.2 amps, NEMA 5 15P, 120v/60/1 ph, cULus, NSF 1-year warranty against defects in materials & workmanship Heavy duty, Swivel Casters, 4""H, (2) braked, standard Matte Laminate finish with Stainless Steel Countertops 74""W units with stainless steel corner & edge protectors Breath Guard, single sided buffet with top shelf, thick tempered glass with polished stainless steel tubular construction, tempered glass end panels. Able to mount to stainless steel solid surface. 14-gauge or heavier stainless-steel work surface Brushed stainless steel, standard Operator Side 74"" tray slide, Tubular stainless, 12""W Right Side End Shelf Steel Countertops, 18"" x 28"" (right side when viewed from operator Stainless steel skirting for 74"" base Stainless steel backsplash 4"" high, 74"" base Drain hose and valve on operator side of base Cold well has a 1 drain, standard Specific Tasks Salad Bar will be up against a wall, move all controls, vents, drains to "" customer side"". Power switch can be std end mounted. Air Curtain Type Refrigerator Units Nomenclature Brand Name Quantity Air Curtain Refrigerator Alluserve AC10 2 EA Air curtain refrigerator replacement. This purchase will be for the replacement purchase of two (2) air curtain type refrigerators that are used for patient meal service both for CLC-1 and CLC-2. Requirements: Requirement of two (2) units total that are BRAND NAME OR EQUAL to Alluserve model AC10. The unit must function off of 20-amp NEMA 5-20P, 50/60/1 phase/120 volt and have an eight (8) foot, three (3) wire grounded power cord and plug. This unit must be an air curtain functioning refrigeration unit that can retain cold temperatures when the door is open for up to ninety (90) minutes. Must be designed for tray makeup in healthcare operations. The units must be stainless steel throughout inside, outside and door. The unit must be heavily insulated for efficient operation. The unit must have a locking door latch and pad lock transport latch option. The unit must have larger caster option along with cold plate cartridge and cord winding bracket. The unit s door must be right door hinging. Must have a perimeter bumper on unit. The unit must have removable tray slides, recessed hand grips, rear mounted tubular handle, and two stainless steel flush-wall hand grips. The unit must have digital controls that feature continuously intuitive defrost system with on demand override. The unit must have a heavy-duty fan circulation evaporator coil system, 1/2 HP air-cooled closed system. Also, a bottom mounted, self-contained, balanced refrigeration system. Has an efficient evaporator coil that is located out of the food zone. The unit includes air circulating fans and forced convection system cooling coil that are ceiling mounted. The unit s controls are up-front, recessed and shall include a digital display of cabinet temperature (with recall capability of temperature set point and actual cabinet temp), master ON/OFF switch with power indicator light, cycle indicator light, and on demand defrost system with indicator light. Adjustable temperature range factory preset at 35�F (1.7�C). Salient Characteristics 20-amp NEMA 5-20P, 50/60/1 phase/120 volt and have an eight (8) foot, three (3) wire grounded power cord and plug. Must be an air curtain functioning refrigeration unit designed for health care operations. The refrigeration unit must retain cold temperatures with the door open for to ninety (90) minutes. Unit must hold ten (10) 18x26 trays or twenty (20) 14x18 trays Unit must have depth of thirty-seven (37 ) inches, length thirty-four (34 ) inches, height of eighty and three quarter (80.75 ) inches. Single right door hinging Perimeter bumper Removable tray slides Recessed hand grips Rear mounted tubular handle Two stainless steel flush- wall hand grips Glass door Locking door latch option Pad lock transport latch option All swivel or larger casters with brakes option Cold plate cartridge option Cord winding brackets option Door opens 270 degrees Door is held open by a magnetic device, standard Tray slides are removable for easy cleaning All stainless-steel cabinet outside, inside and door The unit includes ceiling mounted interior circulating fans for forced convection of cold air. The controls are up front and include a digital display of cabinet temperature. Also, an on/off switch with power indicator light, on demand defrost with indicator light. Unit has an adjustable temperature setting and is factory set at 35�F (1.7�C). One-year labor, two-year parts limited warranty, standard Information Security: The C&A requirements do not apply, and a Security Accreditation Package is not required. Evaluation Criteria: Award shall be made to the quoter whose quote, offers the lowest price. The government will evaluate information based on the following criteria meets all salient characteristics and lowest price requirement. Period of Performance: Period of performance will be 30 days from contract award. Delivery shall be provided according to the following: All equipment shall be provided no later than 30 days after receipt of order (ARO). Place of Performance/Place of Delivery Department of Veterans Affairs 500 Highway 89 North Prescott, AZ 86313 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (MAR 2020) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 52.252-1� SOLICITATION PROVISIONS INCORPORATED BY REFERENCE� (FEB 1998) 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (End of Addendum to 52.212-1) 52.212-3� OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (MAR 2020) ALTERNATE I (OCT 2014) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.211-70� EQUIPMENT OPERATION AND MAINTENANCE MANUALS (NOV 2018) VAAR 852.211-72� TECHNICAL INDUSTRY STANDARDS (NOV 2018) 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.246-71 REJECTED GOODS (OCT 2018) VAAR 852.247-71� DELIVERY LOCATION (OCT 2018) VAAR 852.247-72 MARKING DELIVERABLES (OCT 2018) VAAR 852.247-74� ADVANCE NOTICE OF SHIPMENT (OCT 2018) (End of Addendum to 52.212-4) 52.212-5� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAR 2020) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 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). 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657f). 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). All quotes shall be sent to Louis Wade @ louis.wade@va.gov Award will be based upon price of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. The following are the decision factors: price, technical acceptability. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Questions of your response shall be received not later than 7 May 2020 at 1430. Questions shall be submitted to louis.wade@va.gov . No other means of communication will be accepted. Submission of your response shall be received not later than 7 May 2020 at 1430. Responses shall be submitted to louis.wade@va.gov . No other means of communication will be accepted. Vendorization Prospective Offerors are notified that verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX. must be submitted with the offer unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information sent to the VA Payment Center in Austin does not preclude submittal of the FMS Vendor File Update form. Failure to include this information could preclude the offeror from consideration for award or considerably delay award. Attachment A -VA Form 10091 Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Louis Wade louis.wade@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bcfd73c6259d4f1fbbb02988b31895f9/view)
- Place of Performance
- Address: Department of Veterans Affairs;Northern Arizona VA Health Care Systems;500 North Highway 89;Prescott AZ 86301, USA
- Zip Code: 86301
- Country: USA
- Zip Code: 86301
- Record
- SN05640177-F 20200501/200429230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |