SOURCES SOUGHT
J -- Periodic Maintenance Industrial Kitchen Equipment
- Notice Date
- 5/16/2022 2:35:25 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q0853
- Response Due
- 5/25/2022 1:00:00 PM
- Archive Date
- 06/09/2022
- Point of Contact
- Anthony R. Mitchell, Contracting Specialist, Phone: 318-990-4513
- E-Mail Address
-
anthony.mitchell4@va.gov
(anthony.mitchell4@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- DESCRIPTION: This Sources Sought Synopsis shall be used to determine the availability of potential sources having the skills and capabilities necessary to perform/provide scheduled preventive maintenance and repairs for the industrial kitchen equipment accordance with Statement of Work, at the New Orleans VA Medical Center. All interested vendors are invited to provide information to contribute to this market survey/sources sought synopsis including, commercial market information. This is not a solicitation announcement. This is a sources sought synopsis only. Questions should be submitted by email to anthony.mitchell4@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hubzone, 8(a), small, small disadvantage, woman owned small business, or large business) relative to NAICS code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (size Standard $8,000,000). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the Contract Opportunities website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Please demonstrate the contractor's ability to perform services of this nature as the course of its daily business operations. Services shall be performed in accordance with industry standards and practices by qualified personnel. Responses must be emailed to anthony.mitchell4@va.gov no later than NOON CST, May 25, 2022. Your response should include both the STATEMENT OF CABABILITY, BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. Please place Attention: Periodic Maintenance Industrial Kitchen Equipment"", New Orleans VA Medical Center , in the subject line of your email. This notice is to assist the VA in determining sources only. A solicitation is not currently available; therefore, DO NOT REQUEST A COPY OF A SOLICITATION THAT DOES NOT EXISTS. If a solicitation is issued it will be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this announcement. REQUESTED INFORMATION: STATEMENT OF CABABILITY: (1) Submit a brief five (5) pages or less capability statement explaining your ability to perform ""Periodic Maintenance Industrial Kitchen Equipment"", in accordance with Statement of Work. Include the number of qualified personnel needed to accomplish this service. Include experience in performing these services for the VA, other Government (Federal or State) agencies, or for a private medical facility. Please specify the number of workers available and availability to start date after receipt of purchase order. Please state the distance of your facility from the Department of Veteran Affairs, Address: 2400 Canal Street, New Orleans, LA 70119 (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in the System for Award Management (SAM). To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. SPECIFIED REQUIREMENT: The contractor shall communicate its capabilities to accomplish the following: Industrial Kitchen Equipment Preventive Maintenance & Repairs Southeast Louisiana Veterans Health Care System New Orleans, LA 4/20/22 1. PURPOSE 1.1 The overall purpose of this SOW is for scheduled preventive maintenance and repairs for the industrial kitchen equipment here at New Orleans VA Medical Center. The contractor shall furnish all tools, materials, equipment, and supervision necessary to perform all work associated with the complete maintenance of the specified Kitchen Equipment located in the New Orleans VA Medical Center. The equipment maintenance and repair work shall include but not limited to inspections, cleanings, servicing, lubrication, repairs, mechanical adjustments, general maintenance, and testing. 2. PERIOD OF PERFORMANCE: 2.1. The period of performance shall be the following: July 1, 2022, through June 30, 2023. This is a base plus 4-year option contract. Should these dates change, the Contracting Officer will issue a modification to the contract reflecting the corrected date. The Contractor is required to proceed as originally scheduled until such modification is issued. The Contracting Officer is the only official authorized to make changes to the contract. 3. SCHEDULE OF PERFORMANCE: 3.1.The contractor must allow time to enter the VA property and obtaining contractor badges from the VA Security Office. The contractor will be required to perform PM maintenance and repairs, including Federal Holidays. Most but not all PM services and repairs will be conducted when the kitchen closes, due to operations. The COR will be responsible for defining weekly schedules. If you must enter into a confined space, this will require a VA confined space entry permit. The contractor shall coordinate obtaining this permit with the COR. The permit must be obtained before working on the equipment. The contractor will be responsible for providing their own rescue team. The contractor shall provide safety information for all staff, including certification and qualification for: working in confined spaces as defined by OSHA and retrieval of staff from confined spaces. 4. SCOPE 4.1 The contractor shall furnish all tools, materials, equipment, and supervision necessary to perform all work associated with the complete maintenance of the specified Kitchen Equipment located in the New Orleans VA Medical Center. The equipment maintenance and repair work shall include but not limited to inspections, cleanings, servicing, lubrication, repairs, mechanical adjustments, general maintenance, and testing. The contractor shall transport, install, and test all listed equipment and must remove and dispose of off-site all packing and transport material. The contractor shall include, but not limited to curtains, blades, slicer knives, sharpening devices, pulley wipes, shedder plate, fryer basket, door gaskets, consumable components or ordinary wear items including, but not limited to; rinse arm strainers, final rinse nozzles, filters (including water filters), lower arm bushing, rollers, retaining ring, wash arm plugs, and dish racks. 4.2 During the preventive maintenance all equipment and installation must meet manufacturers and VA specifications. 4.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment, including a pallet jack if required, for transport from the loading dock to the P&LMS location. 4.4 During the preventive maintenance, the Contractor is responsible for any missing parts and components not included in the order to carry out the prescribe task. 4.5 The following is a list of equipment that will have quarterly maintenance and/or service calls. The contractor will include quarterly maintenance inspections on the listed equipment. The contract will include Monday-Friday service calls, parts, labor, travel, and shipping. BRAND MODEL DESCRIPTION LOCATION ALTO SHAAM CTC720G COMBI OVEN 1F120 CANTEEN KITCHEN ALTO SHAAM CTC720G COMBI OVEN 1F120 CANTEEN KITCHEN ALTO SHAAM CTP2020E COMBITHERM 4G215 KITCHEN ALTO SHAAM CTP2020E COMBITHERM 4G215 KITCHEN TURBOCHEF C3DMULTI CONVECTION MICROWAVE 1F120 CANTEEN CAFÉ HOBART HEC5X CONVECTION OVEN 4G215 KITCHEN HOBART HEC5X CONVECTION OVEN 4G215 KITCHEN HOBART HGC5 CONVECTION OVEN 4G215 KITCHEN HOBART HGC5 CONVECTION OVEN 4G215 KITCHEN HOBART HGC5 CONVECTION OVEN 4G215 KITCHEN JADE JTRH636C CONVECTION/RANGE 1F120 CANTEEN KITCHEN ALTO SHAAM 1000THI COOK AND HOLD 1F120 CANTEEN KITCHEN HOBART HCM450 CUTTER/MIXER 4G215 KITCHEN HOBART CL44E DISHWASHER 1F120D SCULLERY HOBART CLPS86E DISHWASHER 4G215 SCULLERY HOBART AM15 Dishwasher 4M119 TLR HATCO FSHC6W1 FLAVOR SAVOR 1F120 CANTEEN CAFÉ HATCO FSHC71 FLAVOR SAVOR 1F120 CANTEEN CAFÉ HATCO FSHC71 FLAVOR SAVOR 1F120 CANTEEN CAFÉ HATCO FSHC71 FLAVOR SAVOR 1F120 CANTEEN CAFÉ HATCO FSHC71 FLAVOR SAVOR 1F120 CANTEEN CAFÉ HATCO FSHC6W1 FLAVOR SAVOR 1F120 CANTEEN CAFÉ HATCO FSHC71 FLAVOR SAVOR 4G215 KITCHEN HATCO FSHC71 FLAVOR SAVOR 4G215 KITCHEN ROBOT COUPE R2DICE FOOD PROCESSOR 1F120 CANTEEN KITCHEN ROBOT COUPE R2 DICE FOOD PROCESSOR 4G215 KITCHEN FRYMASTER FRYWARMER FRY WARMER 1F120 CANTEEN KITCHEN FRYMASTER FMEL1142C FRYER 1F120 CANTEEN KITCHEN BROASTER 1800/GH FRYER 1F120 CANTEEN KITCHEN BROASTER 1800/GH FRYER 1F120 CANTEEN KITCHEN FRYMASTER FMRE1142SC FRYER 4G215 KITCHEN KEATING 36X30FRTT GRIDDLE 1F120 CANTEEN CAFÉ KEATING 36X30FRTT GRIDDLE 1F120 CANTEEN CAFÉ HATCO GRN4L24 HEAT LAMP 1F120 CANTEEN CAFÉ HATCO GRN4L24 HEAT LAMP 1F120 CANTEEN CAFÉ HATCO GRN4L24 HEAT LAMP 1F120 CANTEEN CAFÉ HATCO GRN4L48 HEAT LAMP 1F120 CANTEEN CAFÉ HATCO GRN4L72 HEAT LAMP 1F120 CANTEEN CAFÉ HATCO GRN4L72 HEAT LAMP 1F120 CANTEEN CAFÉ HATCO GRN4L54 HEAT LAMP 1F120 CANTEEN CAFÉ ALTO SHAAM 1200UP HEATED HOLDING 1F120 CANTEEN CAFÉ ALTO SHAAM 1200UP HEATED HOLDING 1F120 CANTEEN CAFÉ CLEVELAND KEL40T KETTLE 1F120 CANTEEN KITCHEN HOBART HL200 MIXER 4G215 KITCHEN HOBART HL600 MIXER 4G215 KITCHEN NUVU OP48A OVEN/PROOFER 1F120 CANTEEN CAFÉ WOODSTONE Pizza Oven 1F120 Canteen Kitchen HOBART TWII POT WASHER 1F120D SCULLERY HOBART TWII POT WASHER 4G215 SCULLERY SALVAJOR P914 POT/PAN COLLECTOR 4G215 SCULLERY HOBART WPS1200 PULPER 1F120D SCULLERY HOBART WPS1200 PULPER 4G215 SCULLERY SALVAJOR P914 PULPER 4M119 TLR GARLAND C18367M RANGE 4G215 KITCHEN GARLAND C0836481M RANGE 4G215 KITCHEN GARLAND 6083624A RANGE 4G215 KITCHEN GARLAND C83614RC RANGE 4G215 KITCHEN WOODSTONE WSGVR10NG ROTTISSERIE 1F120 CANTEEN CAFÉ SALVAJOR S914 SCRAP COLLECTOR 1F120 CANTEEN KITCHEN GLOBE G12 SLICER 1F120 CANTEEN KITCHEN BERKEL X13AEPLUS SLICER 4G215 KITCHEN MARKET FORGE FT40L STATIONARY KETTLE 4G215 KITCHEN WELLS 500TDM STEAM TABLE 1F120 CANTEEN CAFÉ WELLS 500TDM STEAM TABLE 1F120 CANTEEN CAFÉ WELLS 500TDM STEAM TABLE 1F120 CANTEEN CAFÉ HATCO 300TDM STEAM TABLE 1F120 CANTEEN CAFÉ WELLS 200TDM STEAM TABLE 1F120 CANTEEN CAFÉ WELLS SS10ULT STEAM TABLE 1F120 CANTEEN CAFÉ WELLS SS10ULT STEAM TABLE 1F120 CANTEEN CAFÉ WELLS SS10ULT STEAM TABLE 1F120 CANTEEN CAFÉ WELLS 300TD STEAM TABLE 4G215 KITCHEN WELLS 300TD STEAM TABLE 4G215 KITCHEN MARKET FORGE FT40LE TILT KETTLE 4G215 KITCHEN CLEVELAND SGL40 TILT SKILLET 1F120 CANTEEN KITCHEN MARKET FORGE 40PSTEM TILT SKILLET 4G215 KITCHEN STANDEX ATEXPRESS TOASTER 1F120 CANTEEN CAFÉ MARKET FORGE MT10T10G TWIN TILT KETTLE 4G215 KITCHEN 4.6 The vendor shall perform work according to manufacture specifications and VA Standards. 5. DELIVERY 5.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) at 2400 Canal Street, New Orleans, LA, 70119 via the 2401 Tulane Avenue, New Orleans, LA 70119. 5.2 Contractor must supply a pallet jack for transport of equipment and supplies if needed. 5.3 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 5.4 Delivery and Installation will be coordinated through the COR. 5.5 Preventive Maintenance/INSTALLATION 5.6 All preventive maintenance pertaining to the said equipment shall be performed by contractor. 5.7 Perform all preventive maintenance task to manufacturer and VA s specifications maintaining Federal, and Local safety standards 5.8 All work shall be completed between 7;30 a.m. and 4:00 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 5.9 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 5.10 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 5.11 The Contractor shall remove all related shipping debris and cleanup any construction associated with preventive maintenance and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 6 SITE CONDITIONS 6.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 7 INSPECTION AND ACCEPTANCE: 7.1 A member of the Mechanical Shop will inspect and verify that all requirements have been met once the contractor states he or she has completed all duties. 7.2 Contractor shall provide a list items and replacement parts and/or short ship items from the manufacturer(s). 8 DELIVERABLES 8.1 Detailed reports 8.2 The vendor shall provide detailed reports on all equipment giving the status of any deficiencies that may be seen while performing preventive maintenance on said equipment. 9 OPERATOR TRAINING 9.1 On-site training of equipment for staff is required in operation and maintenance of the systems. 10 PROTECTION OF PROPERTY 10.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 10.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work, to ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the responsibility of the contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 10.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 10.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/29daabc794db44b7a191cf81d4ca2bfc/view)
- Place of Performance
- Address: Department of Veterans Affairs Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal Street, via 2401 Tulane Ave,, New Orleans 70119
- Zip Code: 70119
- Zip Code: 70119
- Record
- SN06328624-F 20220518/220516230104 (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 |