SOLICITATION NOTICE
73 -- Equipment - Combi Ovens - Cleveland
- Notice Date
- 8/13/2023 4:46:45 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25023Q1037
- Response Due
- 8/16/2023 2:00:00 PM
- Archive Date
- 10/15/2023
- Point of Contact
- Gina P. Crank, Contracting Officer, Phone: 614-625-1236, Fax: NA
- E-Mail Address
-
gina.crank@va.gov
(gina.crank@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 (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. This is a request for quote (RFQ), and the solicitation number is 36C25023Q1037. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2023-04, effective 06/02/2023. The associated NAICS Code is 333310, Commercial and Service Industry Machinery Manufacturing. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all Service Disabled Veteran Owned Small Business (SDVOSB) sources to supply the Louis Stokes Cleveland VA Medical Center Combi Ovens to support the Nutrition and Food Services. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. This is a 100% SDVOSB Set Aside. This requirement is a Brand Name or Equal requirement to the RATIONAL Model No. ICP 10-FULL E 208/240V 3 PH (LM100EE)(CE1ERRA.0000221) and associated items as listed below. Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than August 16, 2023, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA $ $ COMBI OVEN, ELECTRIC RATIONAL Model No. ICP 10-FULL E 208/240V 3 PH (LM100EE) (CE1ERRA.0000221) iCombi Pror 10-Full Size Combi Oven, electric, (10) 18"" x 26"" sheet pan or (20) 12"" x 20"" steam pan or (10) 2/1 GN pan capacity, (5) stainless steel grids included, intelligent cooking system with (4) assistants; iDensity Control, iCooking Suite, iProduction Manager, & iCare System, (6) operating modes, (5) cooking methods, (3) manual operating modes, 85 to 572 F temperature range, quick clean, care control, eco mode, 6-point core temperature probe, retractable hand shower, Ethernet interface, Wi-Fi enabled, 208/240v/60/3-ph, 37.4 kW, CE, IPX5, UL, cULus, NSF, ENERGY STAR rating Funding/Req. Number: 1 541-23-4-250-0427 GRAND TOTAL $ STATEMENT OF WORK (SOW) Contract Number: Task Order Number: IFCAP Tracking Number: Follow-on to Contract and Task Order Number: Not Applicable 1. Contracting Officer s Representative (COR). Name: Maria Turcoliveri Section: Nutrition and Food Services VA Northeast Ohio Healthcare System Address: 10701 East Boulevard, Cleveland, Ohio 44106 Phone Number: Fax Number: E-Mail Address: Maria.Turcoliveri@va.gov 2. Contract Title. Combi Ovens- Quantity: Four (4) to include delivery and installation services. 3. Background. Nutrition and Food Services Combi Ovens are a critical part of daily kitchen operations. At this time, the combi ovens are beyond expected serviceable lifespan and becoming unreliable. Furthermore, these units require obsolete replacement parts that are becoming increasingly expensive and hard to procure. 4. Scope. Combi ovens will be in the main kitchen of the medical center. 5. Specific Tasks. Delivery and installation services of four (4) combi ovens that can meet or exceed the following specifications: COMBI OVEN, ELECTRIC: RATIONAL Model No. ICP 10-FULL E 208/240V 3 PH (LM100EE) (CE1ERRA.0000221) iCombi Pro10-Full Size Combi Oven, electric, (10) 18"" x 26"" sheet pan or (20) 12"" x 20"" steam pan or (10) 2/1 GN pan capacity, (5) stainless steel grids included, intelligent cooking system with (4) assistants; iDensity Control, iCooking Suite, iProduction Manager, & iCare System, (6) operating modes, (5) cooking methods, (3) manual operating modes, 85° to 572°F temperature range, Quick clean, care control, eco mode(s), 6-point core temperature probe, Retractable hand shower, Ethernet interface, Wi-Fi enabled, 208/240v/60/3-ph, 37.4 kW, CE, IPX5, UL, cULus, NSF, ENERGY STAR rating. Requested installation services shall be completed by an OEM certified technician. Deliverables: RATIONAL Model No. ICP 10-FULL E 208/240V 3 PH (LM100EE) (CE1ERRA.0000221) iCombi Pro 10-Full Size Combi Oven 2 years parts and labor, 5 years steam generator warranty CAP Chef Assistance Program, a RATIONAL certified Chef conducts 4 hours/location specialized application training with personnel 9999.2201 RCI RATIONAL Certified Installation 9999.2002 Pre-Installation Site Consultation 9999.2100 Commissioning -one (1) electric iCombi - the operational 8720.1554US (Installation Kit for electric iCombi/SCC/CMP 102 (208/60/3 & 240/60/3); electric iCombi/SCC/CMP 202 (440/60/3) 1900.1150US Water Filtration Double Cartridge System 9999.2271 RCI RATIONAL Certified Installation 60.31.104 Stand II Mobile Oven Stand, 27-1/2""H, (14) supporting rails 6. Performance Monitoring Nutrition and Food Service monitors the temperatures of the foods throughout the hours of operation to assure all items are safely cooked and prepared. We monitor cooking levels as well. Each meal and recipe require appropriate preparation and cooking temperatures. Combi ovens provides read out and temperature gages to ensure food is within range. Supervisors conducts regular quality food checks, so all items are prepared without risk of food borne illnesses. 7. Security Requirements Not applicable. Combi Ovens are durable equipment with no IT connections. The C&A requirements do not apply, and a Security Accreditation Package is not required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Not applicable. 9. Other Pertinent Information or Special Considerations. Not applicable. a. Identification of Possible Follow-on Work. Not applicable. b. Identification of Potential Conflicts of Interest (COI). Not applicable. c. Identification of Non-Disclosure Requirements. Not applicable. d. Packaging, Packing and Shipping Instructions. Packaging must protect the outside surfaces from scratches and dents. Packaging must stabilize and fully secure the equipment to protect damage to combi ovens parts. Labeling must indicate position of equipment in crate to keep it righted. Delivery made to VA main warehouse, Logistics Service. e. Inspection and Acceptance Criteria. Engineering will inspect and verify that combi ovens are delivered intact with no scratches or dents and that unit is not compromised. Engineering will test equipment prior to use and verify that unit is fully operational. 10. Risk Control We specify that the combi ovens utilize approved electrical UL, NEMA standards. We require a parts/labor warranty. Stainless steel exterior and interior is specified to allow thorough cleaning and sanitization. High quality construction and quality in product is required. 11. Place of Performance. Main hospital in the main kitchen (1c434) 12. Period of Performance. This is a one-time purchase of durable goods. Expected use life is 6 to 12 years. 13. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Combi Ovens Equipment delivered to VA Northeast Ohio Healthcare System ~ Louis Stokes Cleveland Main Warehouse 4 each 90 days to delivery * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed. The 11 Federal Holidays observed by the Federal Government are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth Day June 19 Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25th The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (MARCH 2023) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (DEC 2022) 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 (DEC 2022) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MARCH 2023) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (FEB 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MARCH 2023) The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product. All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and 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. Submission of your response shall be received not later than August 16, 2023 by 5:00 PM EST to gina.crank@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 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 Gina P. Crank Contracting Officer Network Contract Office (NCO) 10 Office: 614-625-1236 Email: gina.crank@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ab43a13c5abc47699bb6012538eceb15/view)
- Place of Performance
- Address: Louis Stokes Cleveland VA Medical Center 10701 East Blvd., Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN06787999-F 20230815/230813230042 (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 |