Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

73 -- Food Service Equipment for Indiana

Notice Date
4/10/2025 10:07:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
W7M7 USPFO ACTIVITY IN ARNG INDIANAPOLIS IN 46241-4839 USA
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-25-Q-0008
 
Response Due
4/23/2025 1:00:00 PM
 
Archive Date
05/08/2025
 
Point of Contact
Sheri Herrin, Phone: 8125261742
 
E-Mail Address
sheri.r.herrin.civ@army.mil
(sheri.r.herrin.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
April 10, 2025 Added Questions and Answers to solicitation. See attachments. The RFQ number is W912L9-25-Q-0008. The Indiana National Guard requests responses from qualified sources capable of providing Food Service Equipment identified in the attached Kitchen Equipment List. All parts shall be new. No refurbished or used parts will be accepted. COMBINED SYNOPSIS/SOLICITATION 1. Solicitation. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Indiana National Guard intends to utilize this Request for Quotation (RFQ), under solicitation number W912L9-25-Q-0008 to award a Firm Fixed Price (FFP) purchase order. The Government intends to award one contract to the responsible Quoter whose quotation represents the Best Value to the Government. This requirement is being solicited as 100% small business set-aside. For this acquisition, the North American Industry Classification System (NAICS) code is 333241, and the small business size standard is 500 employees. All prospective Quoters must have a Commercial and Government Entity (CAGE) code and be registered with System for Award Management (SAM) at http://www.sam.gov. Provision at FAR 52.212-1, Instructions to Quoters-Commercial Items, applies to this acquisition. Additionally, in lieu of provision at FAR 52.212-2, Evaluation-Commercial Items, the evaluation process will include the following criteria: determining responsibility, ensuring that quotes are complete, meeting the salient physical, functional, and performance characteristics, confirming conformance to the RFQ, lead time, and considering the price. The Quoter should include a completed copy of the provision FAR 52.212-3, Quoter Representations and Certifications- Commercial Items, with its quote. FAR clauses 52.212-4, Contract Terms and Conditions � Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, apply to this solicitation. Additionally, all clauses and provisions may be found in full text at the following site: https://www.acquisition.gov/. 2. Description of Requirement. The Indiana National Guard has a requirement to procure kitchen equipment to include the installation of the new equipment. See Attachment �Kitchen Equipment Listing� for complete list of equipment with specifications being requested. 3. Projected Start of Installation 1 July 2025. Contractor will be able to invoice upon completion of the project. 4. Contract Line Item (CLIN). The contract CLIN structure is detailed below and shall be priced. ITEM NO DESCRIPTION QTY UNIT Unit Cost Total Price 0001 Kitchen Equipment 1 EACH $ $ The contractor shall provide and install all kitchen equipment in accordance with (IAW) Attachment �Kitchen Equipment List.� The contractor shall include all shipping and installation to provide the above-mentioned equipment to the Indiana National Guard at the Hamilton County Readiness Center- Kitchen Equipment and Installation 2600 E. 276th Street Atlanta, IN 46031. FFP FOB: Destination 5. Quotation Preparation and Submission. Quoters shall complete and submit a quotation with the following information: Cover Letter, list of proposed equipment meeting the salient physical, functional, and performance characteristics, lead-time, and price for complete �lot� to include delivery, installation, equipment as identified in this RFQ. Details for assembly of the quotation: � Cover Letter: The Cover Letter shall identify the Quoter�s Point of Contact (POC) to include a CAGE code, phone number, and email address for any questions regarding the submitted quotation and the having authority to negotiate and bind the company. �List of proposed equipment � Any deviation from the RFQ requirements and format may result in non-consideration of the quotation. � List of proposed equipment to include delivery and installation. 6. Additional Instructions to Quoters. Quoters shall respond to this RFQ via e-mail by 23 April 2025 at 4 p.m. Eastern Standard Time. All quotations should be sent to, Sheri Herrin, at sheri.r.herrin.civ@army.mil before the due date and time specified. Any quotation, modification, or revision of a quotation received after the exact time specified for receipt of quotations is �late� and may not be considered. All questions regarding the RFQ package must be submitted to the above e-mail addresses by 9 April 2025 at 4 p.m. Eastern Standard Time. Any questions asked over the telephone will not be answered. Any questions received after this date and time may not be answered. All quotations must list UEI number, CAGE code, and Federal TIN with Company name, POC, and phone number. To obtain or renew a UEI number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Quoter ineligible for award. Quoters must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. 7. Notice to Quoters. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse a Quoter for any costs. Submitted quotations shall be valid for 120 days after the closing date of the RFQ. 8. Basis for Award. The Government intends to award a FFP contract resulting from the RFQ to the responsible Quoter whose quotation conforms to the RFQ; meets the salient physical, functional, and performance characteristics; and is the best value. The Government intends to award based on the initial quotation submission without interchanges. Quoters who do not quote the entire package requested will be considered non-responsive and their quotation may not be evaluated. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, Quoters are highly encouraged to quote their most advantageous pricing in their initial response. The responses to this RFQ are intended to be evaluated, and award made, without interchanges unless interchanges are deemed to be necessary. SUBMISSION REQUIREMENTS/RFQ TERMS: 1. Offerors shall submit ALL of the following information with their quote. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): Brand Name or Equal: Sellers may submit bids for alternate items, provided those items meet all the salient physical, functional, or performance characteristics specified by the solicitation. Sellers MUST enter exactly what they are bidding (including make, model, and description, into the blank description field in order for the bid to be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/30acd1550b1c472d99ffc00ce4cc6bc6/view)
 
Place of Performance
Address: Atlanta, IN 46031, USA
Zip Code: 46031
Country: USA
 
Record
SN07405344-F 20250412/250410230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.