SOLICITATION NOTICE
73 -- Commercial Dishwasher (Brand Name or Equal)
- Notice Date
- 2/23/2023 1:19:10 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335220
— Major Household Appliance Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24523Q0287
- Response Due
- 3/2/2023 9:00:00 AM
- Archive Date
- 04/01/2023
- Point of Contact
- Ronnie Swailes, Contract Specialist, Phone: (202) 745-8000
- E-Mail Address
-
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) The solicitation number is 36C24523Q0287 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2023. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be set aside for Service-Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 335220, Major Household Appliance Manufacturing and the size standard is 1,500 employees. (v) The Clarksburg VAMC is seeking to purchase Universal display monitors. This requirement consists of nine (9) line item: Product Number Product Description Units of Measure Quantity FT1000SE+ENER RGY 1 FLIGHT TYPE DISHWASHER (HOBART MODEL# FT1000SE+ENERGY) EIL: 110, CSN: 7310-439798, NXR-HCHT/VISN APPROVED-N&FS-DISHWASHER 1 EA - Oversized units with crated shipping dimensions greater or equal to 72"" in length and/or 90"" in height. If delivery is to a facility without a standard height dock, additional shipping charges will apply depending on the service requested. consult Factory. 1 EA - All FT1000 models are to be quoted by Hobart's internal quotation group 1 EA - Standard warranty - 1-Year parts, labor & travel time during normal working hours within the USA Each 1 FT1000SE-LPF0 025 2 FT1000SE-LPF025 Load Platform 2.5' (Total LOAD length is 2.5' load platform + 2' ASR + 3' prewash = 7'7"") 1 EA - FT1000SE-ACLYES With Auto Clean 1 EA - FT1000SE-ADLYES With Auto Delime 1 EA - FT1000E-DRNUNL Drain in Unload 1 EA - FT1000SE-DRSYES With Dual Rinse 1 EA - FT1000SE-CTRSTD Standard Non-Split 5' Center Joined (Wash/Dual Rinse) Each 1 FT1000SE-UNL0 009 3 FT1000SE-UNL009 9' Unload Section Joined Pack (4.5 + 4.5) 1 EA - FT1000SETLG22.963 TLG - Total Length of load, center & unload section is: 22.963 feet (overall length) Each 1 FT1000SE-DRYY YES 4 FT1000SE-DRYYES With Blower Dryer 1 EA - FT1000SE-HGTSTD Standard Height 1 EA - FT1000SE-EGRYES With Energy Recovery System 1 EA - FT1000SE-AER0NO Without Advansys Energy Recovery (Ventless Technology) Each 1 FT1000SE-HTES SCL 5 FT1000SE-HTESCL Steam Coil 1 EA - FT1000SE-ELE0CD 480v/60/3-ph (HV), for steam heat 1 EA - FT1000SE-CBR0NO Without Circuit Breaker 1 EA - FT1000SE-CON001 (1) Service Connection (refer to specifications sheet for rated amps) Each 1 FT1000SE-BST1 120 6 FT1000SE-BST120 120 Steam Booster 1 EA - FT1000SE-PIPSTD Standard Piping 1 EA - FT1000SE-DIR0LR Left to right operation 1 EA - FT1000SE-DORHNG Hinge doors, all sections 1 EA - FT1000SE-SEC0NO Without added security 1 EA - FT1000SE-CNVSTD Standard Conveyor 1 EA - FT1000SE-ROD0NO Without Cross Rods 1 EA - FT1000SE-SEF0NO Without SEF Options Each 1 SVLABORHOURS 7 Service Labor Hours for ENERGY: Required machine assembly by Hobart Service - for assembly within 100 miles of a Hobart Service Office during normal business hours, with appropriate notice; beyond 100 miles to be quoted by Hobart Service. Includes assembly of this item only, final electrical or plumbing connections by others. For prevailing wage, or projects in correctional /other secure areas, please contact the local service office in advance or project may be subject to additional fees billed at time of assembly. Hours 36 SVCLABORHOURS SBD 8 Service Labor Hours for Blower Dryer: Required machine assembly by Hobart Service - for assembly within 100 miles of a Hobart Service Office during normal business hours, with appropriate notice; beyond 100 miles to be quoted by Hobart Service. Includes assembly of this item only, final electrical or plumbing connections by others. For prevailing wage, or projects in correctional /other secure areas, please contact the local service office in advance or project may be subject to additional fees billed at time of assembly. Hours 4 SVCLABORHOURS SR&R 9 Service Labor Hours for Removal & Reinstall for Energy Recovery Shipped Loose: Required machine assembly by Hobart Service - for assembly within 100 miles of a Hobart Service Office during normal business hours, with appropriate notice; beyond 100 miles to be quoted by Hobart Service. Includes assembly of this item only, final electrical or plumbing connections by others. For prevailing wage, or projects in correctional /other secure areas, please contact the local service office in advance or project may be subject to additional fees billed at time of assembly. Hours 2 ESTIMATED DELIVERY: September 30, 2023 STATEMENT OF WORK: Background VA Clarksburg requires a new commercial dishwasher as part of our kitchen upgrade. Specifications Please see below for salient characteristics. Item Description/Service Needed QTY Dishwasher (Low energy series energy recovery model without power rinse flight type dish machine, 58 gallons of final rinse consumption per hour, with dual rinse, hinged & insulated doors, sliding wash arms without caps, & microprocessor controls with AutoClean, AutoDelime, Energy Recovery, 16"" round flange & Automatic Soil Removal system (ASR). 1 Warranty (1 YR Parts, Labor & Travel Time) 1 Load Platform 2.5 (Total LOAD length is 2.5 load platform + 2' ASR + 3 prewash = 7 7 ) Must not exceed 7 7 Must drain in unload and include dual rinse 1 9' Unload Section Joined Pack (4.5 + 4.5) - Total Length of load, center & unload section Is no greater than: 22.963 feet (overall length) 1 Blower Dryer (Standard height) Must include energy recovery system 1 Steam Coil (480v/60/3-ph (HV), for steam heat) 1 Steam Booster (Standard piping, left to right operation, hinge doors & standard conveyor) 1 Machine assembly services 1 Blower Dryer assembly services 1 Installation services (electrical and plumbing) 1 Delivery Location Louis A. Johnson Medical Center 1 Medical Center Drive Clarksburg, WV 26301 Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above. The Contractor must comply and provide all necessary information to VA Clarksburg. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Safety Data Sheet (SDS) If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property. Delivery Coordination Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: ___________________________________ ___________________________________ ____________________________________ _____________________________________ b. GOVERNMENT: Contracting Officer 36C245, Ryan Singletary 50 Irving ST NW Washington DC, 20422 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Invoice shall be submitted upon delivery and receipt of items. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. PAYMENT WILL BE MADE BY FSC e-Invoice Payment Invoice must be submitted electronically http://www.fsc.va.gov/einvoice.asp http://www.fsc.va.gov/einvoice.asp The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ (vii) All material shall be used by Clarksburg VAMC. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the 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. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.252-1, 52.204-7, 52.204-16, 52.211-6, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 852.212-71, 852.242-71, 852.247-71. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1200 on Thursday, March 2, 2023. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) Unique Entity Identification Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3516cee9a42546d0ac7865c1870123de/view)
- Place of Performance
- Address: Louis A. Johnson VAMC 1 Medical Center Drive, Clarksburg, WV 26301, USA
- Zip Code: 26301
- Country: USA
- Zip Code: 26301
- Record
- SN06600258-F 20230225/230224211927 (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 |