SOLICITATION NOTICE
73 -- Nutrition Kitchen Equipment per Statement of Need Brand Name or equal
- Notice Date
- 4/16/2024 7:39:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333310
—
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924Q0398
- Response Due
- 4/23/2024 1:00:00 PM
- Archive Date
- 04/28/2024
- Point of Contact
- Lindsey Zwaagstra, Contract Specialist, Phone: 303-712-5733
- E-Mail Address
-
Lindsey.Zwaagstra@va.gov
(Lindsey.Zwaagstra@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25924Q0398 Nutrition Kitchen Equipment per Statement of Need, Brand Name or Equal This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. * The deadline for all questions is 4:00pm ET, 04/19/2024 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Lindsey.Zwaagstra@va.gov no later than 4:00pm ET, 04/23/2024. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25924Q0398 The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 effective February 23rd, 2024. The North American Industrial Classification System (NAICS) code for this procurement is 333310 with a small business size standard of 1,000 employees. This solicitation is a 100% set-aside for SDVOSBs. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Vulcan Model P/N: HEG36E or equal-36 x 24 Electric Countertop Griddle 1 EA $ $ 0002 Convotherm P/N: C4 ET 6.20GB N DD 120/60/1 or equal- COMBI OVEN, GAS (One (1) unit with built in smoker) 4 EA 0003 Vulcan P/N: VCBB24B or equal- HD Range, 24 Charbroiler 1 EA 0004 Vulcan P/N: 48SS-8B or equal- Range, 48 , 8 Open Burners 1 EA 0005 Traulsen P/N: TE060HT or equal- Refrigerated Base Equipment Stand 1 EA 0006 Vulcan P/N: MSA60 or equal-60 x 24 Griddle, Gas, Countertop 1 EA Grand Total $ Description of Requirements for the items to be acquired is listed in the attached statement of need; 36 x 24 Electric Countertop Griddle, Basis of Design is Vulcan, MFG P/N: HEG36E Heavy Duty Griddle, electric, countertop, 36"" W x 24"" D cooking surface 1/2"" thick polished steel griddle plate Bottom mounted snap action thermostat every 12"" Low-profile, stainless-steel front, sides, front top ledge with ""Cool Bullnose"" Front grease trough, 4"" back &tapered side splashes 4"" adjustable legs, cCSAus, NSF Dimensions 15.3(h) x 36(w) x 31.5(d) 1 ea 208v/60/1 ph, 16.2 kW, 77.9 amps 1 ea STAND/C 36 Equipment Stand, universal, 37"" W x 24"" H, 1/2"" marine edge, undershelf, stainless steel, 5"" casters Class 85 Weight: 385 lbs. total 1 ea 1-year limited parts & labor warranty, standard COMBI OVEN, GAS, Basis of Design is Convotherm, MFG P/N: C4 ET 6.20GB N DD120/60/1 Oven/Steamer, gas, with steam generator (6) 18"" x 26"" full size sheet pan or (12) 12"" x 20"" x 1"" hotel pan capacity 10 Wi-Fi ready High resolution easy Touch control panel 20 stages each & 399 cooking recipes storage (4) cooking modes: hot air, steam, combi steam & retherm LED light Triple pane disappearing door with anti microbial hygienic door handle Multipoint core temperature probe Five speed auto reversing fan (3) wire shelves Pullout spray hose Fully automatic hands free cleaning system Stainless steel construction 0.6kW, 120v/60/1 ph, 7.5 amps 68,200 BTU, cULus, NSF, ENERGY STAR® (1) Each, CSMOKE Built In Convo Smoker, (built into one (1) of the combi ovens) (4) Each, 2 years parts & labor warranty (1) Each, Installation of First Unit (1) Each, Pre installation site survey (3) Each, Installation of Second Unit (4) KT, Installation Kits, for 6.10, 6.20 & 10.10 gas, DWV Copper (4) Each, Covered Box, stainless steel, with lockable hasp, compatible with both storage dolly & hanging rails (2) Each, OP175/50 Reverse Osmosis System with 50 Gallon Atmospheric Storage Tank (2) Each, Installation for Reverse Osmosis 16- & 50-gallon systems (2) KT, Stacking Kit on 6"" Legs for GAS 6.20 on 6.20 or 6.20 on 10.20 (2) KT, 4 Stacking Kit Installation Reverse Osmosis Filter System HD Range, 24 Charbroiler, Basis of Design is Vulcan, MFG P/N: VCBB24B Heavy Duty Range, gas, 24"", charbroiler Cast iron grates & chaNadiants Storage base Cabinet doors, stainless steel front, front top ledge, side, base, Burner box & stub back 6"" adjustable legs, 65,000 BTU, CSA, NSF Dimensions 36(h) x 24{w) x 36.7S(d) 1 Each, 1-year limited parts & labor warranty, standard 1 Each, Natural gas (specify elevation if over 2,000 ft.) 1 Each, NOTE: A regulator must be used on this equipment 1 Each, 3/4"" rear gas connection, standard 1 Each, Rear gas connection: cap & cover, both ends 1 Each, CASTERS-ADJRR4 Casters, 6"", adjustable (set of 4) (2 with locks) Class 85, Weight 415lbs Range, 48 , 8 Open Burners, Basis of Design is Vulcan, MFG P/N: 48SS-8B Range, gas, 48"" (8) 30,000 BTU burners with lift-off burner heads (2) standard ovens, stainless steel front, sides, backriser & high shelf, fully MIG welded frame 6"" adjustable legs 286,000 BTU, CSA, NSF Dimensions 58(h) x 48(w) x 34(d) 1-year limited parts & labor warranty, standard Natural gas (specify elevation if over 2,000 ft.) Stainless steel backriser & lift-off high shelf, standard Class 85, Weight: 700 lbs. total Refrigerated Base Equipment Stand, Basis of Design is Traulsen, MFG P/N: TE060HT 60"" long, (6) 12"" x 20"" x 6"" deep pan capacity Side by side, (2) drawers Self-contained refrigeration Microprocessor control Stainless steel marine top Stainless steel interior & exterior 4"" casters Microprocessor controls 1/3 hp, cULus, NSF Dimensions 26(h) x 60(w) x 34.13(d) 1 ea 6-year parts & labor and 7-year compressor, standard. 1 ea llSv/60/1-ph, 6.5 amps, with cord & NEMA 5-lSP plug 1 ea Compressor located on left side, standard 1st Set of casters, 4"" high, standard Class 150 Weight: 475lbs. 60 x 24 Griddle, Gas, Countertop, Basis of Design is Vulcan, MFG P/N: MSA60 Heavy Duty Griddle, countertop, gas, 60"" W x 24"" D cooking surface 1"" thick polished steel griddle plate Embedded mechanical snap action thermostat every 12"" Millivolt pilot safety Manual ignition Low-profile, stainless-steel front, sides Front grease trough, 6 qt. grease can 4"" back & tapered side splashes 4"" adjustable legs 135,000 BTU, CSA Star, CSA Flame, NSF 1 ea 1-year limited parts & labor warranty, standard 1 ea Gas type to be specified Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: Professional installation for all the listed equipment in Table 1. excluding the 36 x 24 Electric Countertop Griddle is needed at: Rocky Mountain Regional VA Medical Center 1700 N Wheeling St. Aurora, Colorado 80045 Professional installation for the 36 x 24 Electric Countertop Griddle listed in Table 1. Is needed at the Pueblo Community Living Center (CLC) location: Pueblo VA Community Living Center 2600 Oakshire Lane Pueblo, Colorado 81001 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 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. Offeror 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. 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 or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. 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. 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 Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; (II) - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products ; and (III) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II - Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products The offeror shall complete the Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products Factor 3. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products : The Government will evaluate the responses an offeror makes to Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products for completeness. If an offeror fails to complete Attachment - VAAR Clause 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products their quote will be determined ineligible for award. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. 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. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) if SDVOSB set-aside VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Lindsey.Zwaagstra@va.gov by 4:00pm ET, 04/23/2024. Name and email of the individual to contact for information regarding the solicitation: Lindsey Zwaagstra Lindsey.Zwaagstra@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6c16fbd8edeb4777b88948f19490bf7d/view)
- Place of Performance
- Address: Multiple Install Locations, USA
- Country: USA
- Country: USA
- Record
- SN07032482-F 20240418/240416230053 (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 |