COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,2000 PSA#2675 Contracting Office, P.O. Box 1609, Oceanside, Ca 92051-1609 73 -- LEASE OF MOBILE KITCHEN TRAILERS SOL M00681-00-T-0607 DUE 090800
POC GySgt. Loretta Nared (760)725-8133, Fax (760)725-8445 E-MAIL: Click
here to e-mail the Contract Specialist, GySgt.,
naredla@mail.cpp.usmc.mil. This is a combined synopsis/solicitation
prepared in accordance with the format in Subpart 12.6 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. The solicitation Number is
M00681-00-T-0607 and is issued as a Request For Quotation. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-19. This is a small
business set aside. The Standard Industrial Code is 7519 and the small
business size standard is $5.0M. This is a firm fixed price contract
for the following commercial item: LEASE 2 each, 53-foot custom-built
trailers for delivery by December 15, 2000. This contract is for a base
year and two option years. The following standard features are
required: 2 kitchen trailers, 1 kitchen/pot washer combination trailer,
and 1 double scullery trailer. Minimum requirements for each trailer
areas follows: the 2 kitchen trailers shall include: walk-in freezer (7
' X 6') and refrigerator (7 1/2' X 6'), 2 ea 40-60 gal kettles, 1 ea
40-60 qt mixer, 2 double stack convection ovens, 2 tilt braziers, hand
washing stations, separate drainage for food preparation equipment and
2-3 preparation tables (4-6 ft max), dry storage area and 1 telephone
line connection. The 1 kitchen/pot washer shall include: 2 double
fryers, 2 ea 6ft grills, 2 ea double stack convection ovens, 1 ea hand
washing station, 1 pot washer with clean/dirty pot tables,
hood/ventilation system over pot washer, 3 hole deepsink with garbage
disposal system, dry storage area. The 1 double scullery machine
trailer shall include: 2 ea Hobart, Stero, or equal, conveyor type
dishwashing machines, hood/ventilation system, clean/dirty dish tables
and sufficient space for storage of clean dishware in cambro
containers. All equipment shall be new. The 2 kitchen trailers and 1
kitchen/pot washer trailer shall be able to be connected for easy walk
through and have multiple entrances for personnel to walk from one
trailer to the other. Trailers shall have all utilities self-contained
(i.e., steam, gas, electric, water, etc.,) and capability to connect
to existing utilities. Food preparation equipment shall be durable and
the same quality presently existing in garrison messhalls (i.e., brand
names such as Hobart, Groen, Cleveland, Stero, or equal). Inside walls
of galley trailers shall be made of quality stainless steel.
Particleboard or wood will not be accepted. Capability of both 220v and
110v electricity to operate equipment with up to 6 additional 110v
outlets strategically located for food processors, meat slicers, etc.
Tread Plate Floors with all welded seams, aluminum stucco ceiling, an
operable fire suppression system for all exhaust hoods over food
preparation equipment that meets all federal and state fire/safety
regulations, decking on outdoor ramps should be made of stainless steel
or other durable material, air conditioning for kitchen trailers, with
hood exhaust system above all grills, braziers and fryers that meet
all federal and state fire/safety regulations, and internal ventilation
type system for kitchen trailers and scullery/pot washer trailers that
is capable of removing all steam and heat away from cooking, scullery,
and pot washing areas minimum industry standard is required. All
trailers shall be completely mobile and capable of being moved by a
25-ton U-shaped tractor. Lease to include maintenance agreement for
trailers and equipment with an 8-hour or less response time. Repairs
shall be made within 4 hours of response time. All mobile trailers
shall have rodent proof walls, ceilings, and crawl spaces. Trailers to
be delivered FOB Destination to MCB Camp Pendleton, Oceanside, CA on
or before December 15, 2000. The following provisions apply: 52.212-4
Contract Terms and Conditions -- Commercial Items (May 1999), 52-212-1
Instructions to Offerors -- Commercial Items (Nov 1999), 52.212-3
Offer Representation and Certification Commercial Items (Feb 2000),
*Note: All offerors are required to submit a completed copy of the
provision at 52.121-3, 52.217-8 Option To Extend Services (Nov
99),52.217-9 Option to Extend the Term of the Contract (Mar 2000),
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items (Feb 2000) applies with the
following applicable clauses: 52.222-21 Prohibition of Segregated
Facilities (Feb 1999), 52.222-26 Equal Opportunity (Feb 1999),
52.222-35 Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era (Apr 1998), 52.222-36 Affirmative Action for Workers with
Disabilities (June 1998), 52.222-37 Employment Reports on Special
Disabled Veterans and Veterans of the Vietnam Era (Jan 1999), 52.232-33
Payment of Electronic Funds Transfer Central Contractor Registration
(May 1999) DFARS 252.212-7001 Contract Terms and Conditions Required to
Implement Statutes of Executive Orders Applicable to Defense
Acquisition of Commercial Items (Sep 1999) applies with the following
clauses 252.225-7035 Buy American Act North American Free Trade
Agreement Implementation Act (Mar 1998), 252.225-7036 North American
Free Trade Agreement Implementation Act (Mar 1998), 252.204-7004
Required Central Contractor Registration (Mar 1998). Contractor to
provide all applicable property & liability insurance on leased
property. Any contract award as a result of this solicitation will be
an order certified for National Defense use under the Defense
Priorities and Allocation System. The Government will award a contract
resulting from this solicitation to the responsible offeror whose
quote conforming to the solicitation will be most advantageous to the
Government. Evaluation factors are: price, delivery, and conformance to
the specifications. Descriptive literature shall be submitted with
offers. Quotes must be received by 4:00 PM (local time) 8 September 00,
ATTN: GySgt Loretta Nared (760-725-8133). Quotes may be submitted by US
Postal Service, Commercial Express Mail, or hand delivered to the
following addresses: US POSTAL COMMERCIAL EXPRESS/HAND CARRY
Contracting Office, USMC Contracting Office, USMC Attn: GySgt Loretta
Nared Attn: GySgt Loretta Nared P.O. Box 1609 Bldg. 22180 Oceanside, CA
92051-1609 Camp Pendleton, CA 92055 FAXED OFFERS WILL NOT BE ACCEPTED
Posted 08/28/00 (W-SN491038). (0241) Loren Data Corp. http://www.ld.com (SYN# 0303 20000830\73-0001.SOL)
| 73 - Food Preparation and Servicing Equipment Index
|
Issue Index |
Created on August 28, 2000 by Loren Data Corp. --
info@ld.com
|
|
|