Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24, 2001 PSA #2942
SOLICITATIONS

J -- SOUP SALAD BAR

Notice Date
September 20, 2001
Contracting Office
Fleet and Industrial Supply Center, Contracting Department, PO Box 97, Jacksonville, Florida 32212-0097
ZIP Code
32212-0097
Solicitation Number
N68836-01-T-0241
Response Due
September 26, 2001
Point of Contact
Katherine Frisko (904) 270-5699 ext: 146
Description
This is a combined synopsis/solicitation for commercial services 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-01-T-0241 applies and is issued as a Request for Quotation. This procurement is 100% set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 337124 and the business size standard is 500 employees. Fleet Contracting Center, Mayport Fl. intends to purchase on a full and open competitive basis : PROVIDE, MANUFACTURE AND INSTALL SALAD, SOUP, BEVERAGE BARS Two (2) each units, mirrored in construction relative to location. Activity will be required to perform all services (electrical, syrup, carbon dioxide, supply and drains) tag outs, disconnects and reconnects. Contractor will assist in running lines and cutting openings with protective grommets. 1. Remove existing beverage and salad bar equipment. 2. Remove beverage cabinets. 3. Clear entire area. 4. Repair disturbed tile surface that will be seen after new installation. 5. Repair divider wall. 6. Install new high pressure plastic laminate on divider wall, 6 inches below counter, to false overhead. 7. Utilize the following Government furnished equipment, disassemble and modify and manufacture support framing as needed to facilitate the installation into new design. To include as needed support brackets, and foundations, supports in new cabinets. 1. All removed beverage equipment 8. Manufacture modular sectional salad / soup / beverage cabinets 8 each per attached drawing. Approximate 453 cubic feet. Cabinets will be 100% welded aluminum by the "GWA" method to prevent damage due to heat, spillage and moisture. Cabinets will have an extruded aluminum welded skeletal frame system (1"x1"x.125") for support of food service equipment both inserted into counter and mounted atop counter. Exterior of cabinet will be skinned with aluminum and covered with decorative high pressure plastic laminate. Interiors of cabinets will be primed and enamel painted. Cabinets will have aluminum covered with HPPL sliding doors. Track will be laminated and hardware will be brass coated aluminum. Where refrigerated equipment is inserted in counter and mechanical machinery exists aluminum laminated vented louver cover (2 each) will be installed on both sides to allow ventilation to compressors. Cabinets will be built modular to allow access to building and bolted together in place to limit seams and unsightly edges. Approximate sizes of cabinets relative to configuration drawing 54 ft. 10 inches total of both sides. 1. Cabinets will be heavy duty aluminum with welded .125" extrusion frame by the "GWA" method for strength. Exterior surfaces will be skinned with no less than .050 aluminum and exposed exterior surfaces will be covered with decorative high pressure plastic laminate .050 thickness. Corners will be protected with clear strips. Interior structures will be primed and painted to match or accent exterior d cor. 2. Cabinets will have aluminum covered with HPPL sliding doors. 3. All units will have a raised, recessed kick sub-base. 4. All units will be entirely open on the inside bottoms and backs for ease of access to floor and Underside of all inserted equipment. 9. Counters; will be manufactured from heavy duty aluminum top (.125") with stiffeners and supports (2 x .5 x .125 edge dress channels and 1 x 3 x .125 underside support channels). All will be welded by the "GWA" method and bolted atop item #8. Counter will overhang cabinets on both sides by 14 inches to create a solid slide tray. Counter will have radius corners on ends and tapers. Entire counter will be covered with high pressure plastic laminate. Counter will be built modular respective to inserted and other equipment, assembled and mounted in place then laminated to limit seams and joints. Underside of counter will be primed and painted. Where overhang is used a tray slide of three plastic glide railings will be attached to prevent marring of laminate from trays and bowls. Where cut outs are performed to facilitate the installation of food service equipment, sufficient under counter bracing, approximate 28 ft 10 inches x 8 ft 10 inches (256 square ft) will be welded to prevent sagging and reinforce counter. 10. Provide and install the following food service equipment, per each unit. 1. Two (2) each 11 quart heated thermostat controlled soup hot wells. 2. Two (2) each cup lowerator pop up to fit existing scullery trays. 3. One (1) each soup sneeze shield assemblies with solid brass posts, garnish tray and brass trimmed sneeze glass, to match item #14. 4. Two (2) each salad bar cold pans and frames. 11. Provide and install the following food service equipment for salad bar 1. Two (2) each salad bar cold pans and frames.2. Units will be self contained with underside refrigeration units 3. Holds 6" deep pans fo chilled foods @ 34-40 degrees F. 4.Fully insulated wrap around refrigeration coils with R-134a (CFC free) freon. 5. Electric 1/3 HP, 4 Amp. 6.Five (5) each bowl / plate pop up loweraters. 7. Two (2) each soup stainless inserts with lids. 12. Manufacture and install a boxed back splash to protect partition and enclose piping. Reinstall beverage equipment. Equipment will have new round stock stainless steel legs all to be at same height for esthetics and to allow access for maintenance and cleaning. 1. Assist activity in running lines through counter and splash. 13. Install common PVC piping from all items having drains to allow drainage to a common drain well located in floor. Piping and valves will be schedule 40 PVC. All equipment will have individual cut off valves and unions to allow future removal and maintenance with out disruption to other equipment. Where supply lines to dispensing machines run up partition, manufacture flange cover channel using aluminum laminated to match splash and counter and will run from splash to false overhead to hide all piping hoses. 14. Manufacture new salad bar sneeze shield with brass polished posts and manufacture new plexiglass sneeze shields and new aluminum laminated garnish trays atop existing frame work. Manufacture and install sneeze shields per unit for both soup and salad areas. Sneeze guard will be .25" polycarbonet with end caps. There will be a ten inch ledge atop sneeze that will be covered with the same high pressure plastic laminate as counter and have a lip around perimeter for storage of garnish atop existing frame work.. Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) . Provision,52.212-1, Instructions to Offers-Commercial: 52.212-2 Evaluation-Commercial items, 52.212-3 Offeror representations and certifications-commercial items. Clause 52.212-4, Addendum to FAR 52.212-4; Paragraph (o) Warranty-Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions-Commercial Items; clause 52.212-5, Contract Terms and conditions Required to Implement Statutes Or Executive Orders-Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.222-41 Service Contract Act of 1965; clause 52.222-42 Statement of Equivalent Rates for Federal Hires. (insert labor rates) Mandatory information for electronics funds transfer payment; Clause 52.219-6 Total small business set-aside, and the following DFAR clauses apply to this acquisition; 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Wage determination 1994-2115, Revision No. 27, dated 05/31/2001 is here by incorporated into this solicitation. A copy of the wage determination can be accessed at www.jax.fisc.navy.mil, click on Regional Contracting, then click request for quotes/proposals, then clink on small purchase. Registration in the Central Contractor Registration (CCR) Database is a requirement. For award go to www.ccr2000.com to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items with their offer. The government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be mailed to the following: Attn: Katherine Frisko, Fleet Contracting Center, FISC Jax, Bldg. 191, Naval Station, Mayport FL. 32228. FAX: 904-270-6498, Telephone 904-270-5699 ext. 146
Record
Loren Data Corp. 20010924/JSOL023.HTM (W-263 SN50Y212)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on September 21, 2001 by Loren Data Corp. -- info@ld.com