Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
MODIFICATION

73 -- U SHAPED FOOD AND SALAD BAR

Notice Date
9/12/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Regional Supply Office Norfolk, 9456 Fourth Ave Bldg V-53, Norfolk, VA, 23511-2120
 
ZIP Code
23511-2120
 
Solicitation Number
N62688-02-Q-4004
 
Response Due
9/26/2002
 
Point of Contact
Barbara Woolridge, Purchasing Agent, Phone 757-444-4034, Fax 757-444-3081,
 
E-Mail Address
bwoolridge@nsn.cmar.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Request for Quotation for Commercial Services/Supplies prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this Notice. This announcement constitutes the only Request For Quotations and incorporates Provisions and Clauses IAW the FAR/DFAR. This is a competitive procurement. Award will be based on BEST VALUE AND PAST PERFORMANCE OF BIDDER MEETING ALL SPECIFICATIONS. ALL OR NONE BASIS. IF CUSTOM WORK/SERVICE THEN SITE VISIT MUST BE MADE FREE OF CHARGE TO SURVEY JOB BEFORE QUOTING. AWARDEE MUST BE REGISTERED ON THE CENTRAL CONTRACTOR REGISTRATION (CCR) NOTE SPECS FOR ELECTRICAL REQUIREMENTS AND THEN ITEM 0001: SALAD BAR, ITEM 0002: DESSERT CASES, ITEM 0003: ICE CREAM FREEZER, ITEM 0004: BEVERAGE LINE AND ITEM 0005: REMOVAL OF DEBRIS. SEE ATTACHED DETAILS OF SPECIFICATIONS: Specifications for salad bar construction and serving line renovations for NW Annex galley. GSA pricing is preferred. All electrical equipment, where practicable, is to be 115VAC with standard 3 prong outlets, unless otherwise required or recommended by appropriate Codes. All equipment is to be fully connected to all utilities, including beverage CO2 and syrup lines, with the exception of new salad bar drain lines which are to be manifolded together to allow for drainage into pans or other containers; and as specified below. All equipment is to be fully operational upon completion of the work, unless otherwise accepted by the government. The contractor is responsible for coordinating with NW Annex Public Works Dept to ensure PWD is informed of intended modifications and receives drawings and diagrams of modifications performed. All equipment, supplies and materials furnished by contractor are to meet all applicable Codes and regulations, and where applicable are to be certified for commercial food service use. Exact location of equipment installation and color scheme to be determined by coordination with government personnel after contract is awarded. 1. Item: salad bar Construct U shaped salad bar. Salad bar is to be constructed of industy, standard materials or better, the upper facade, horizontal surfaces (except top of sneeze shield), and tray slide will be constructed of solid surface (Corian or similar) laminate. It shall be approximately 16 Feet long on each side, the cross bar of thc U shall be approximately 8 feet wide, allowing for approximately 36 inches of space in the center for workers. The entire salad bar shall be covered with a custom fitted stainless steel sneeze shield with clear tempered glass for the customers to view the items on the bar. There shall be a tray slide of appropriate size on the customer side of the entire bar. The base of this unit will be constructed to visually blend in with the existing structure (quarry tile toe plate and tile lower facade beneath the tray slide). Equipment installed in the salad bar sha11 include, at a minimum: (4) plate loweraters: (2) hot food drop in wells, approximately 4 feet long each: 2 soup drop in wells, (4) 4 section cold wells for salad materials. approximately 4 feet long each; 2 undercounter refrigerators per side installed underneath thc hot and cold food wells. Brand/manufacturer not specified, all equipment must meet applicable sanitation and safety regulations and must be approved for commercial food service use. Government reserves the right to disapprove contractor's choice of' equipment based on previous experience with specific brands. 2. Item: dessert cases Procure and install (2) refrigerated dessert merchandising cases with approximately 12 linear feet of display area each. It is anticipated these cases will be approximately 4 feet long with 3 shelves to meet the display area requirement. These cases shall be installed along the walls near the new salad bar. 3. Item: ice cream freezer Procure and install (1) ice cream freezer at a location to be determined by government personnel on site. This unit is to be an upright model with clear glass door(s) and multiple shelves for merchandising product. The government will provide the utilities (power) for this unit. 4. Item: beverage line Existing salad bar to be converted to beverage line, to mirror existing beverage line. The government will furnish the beverage dispensing equipment; the contractor is to be responsible for converting the existing bar by fabricating stainless steel inserts or covers to make it suitable for installation of bevernge dispensing equipment. The contractor is responsible for ensuring adequate power and drainage are available, and for providing and installing appropriate lines to supply CO2 and syrup froom existing supply point(s). 5. Item: removal of debris Contractor to remove all construction debris off site and to remove existing equipment, as necessary, to customer back dock. POINT OF CONTACT AT NORTHWEST GALLEY FOR AN APPOINTMENT IS: CHIEF GRANT 757-421-8328. LOCATED IN CHESAPEAKE, VIRGINIA POC: B. WOOLRIDGE @ 757-444-4034; FAX 757-444-3081 INCLUDE SHIPPING CHARGES IF APPLICABLE. Closing Date of Quote is SEPTEMBER 26, 2002, 1600 HOURS (4:00PM) Eastern Standard Time. Facsimile Responses are preferred at 757-444-3081. Please include your TAX ID Number, Cage Code, DUNS Number and Buy American Act Certification, when submitting your quote. Quotes will not be accepted unless you are registered on the Contractors Central Register. The following FAR/DFAR Provisions/Clauses apply to this request for quotation and are Incorporated by Reference: FAR 52.202-4 Contract Terms and Conditions -- Commercial Items (APR 1998) FAR 52.212-5 Contract Terms and Conditions required to implement statues or Executive Orders -- Commercial Items (OCT 1998) FAR 52.215-5 Facsimile Proposals (1) 757-444-3081 (OCT 1997) FAR 52.219-6 Notice of Total Small Business Set-aside (JUL1996) FAR 52.219-8 Utilization of Small, Small Disadvantaged and Women-owned Small Business Concerns (OCT 1999) DFAR 252.212-7001 Contract Terms and Conditions required to implement statues or Executive orders applicable to Defense Acquisitions of Commercial Items (MAR1998) DFAR 252.225-7012 Preference for certain Domestic Commodities (MAY 1999) DFAR 252.225-7014 Preference of Domestic Specialty Metals, Alternate I (MAR 1998) DFAR 252-232.25 Brand Name or Equal (DEC 1991) FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) FAR 52.233-3 Protest after Award (AUG 1996) FAR 52.204-3 Taxpayer Identification (MAR 1994) FAR 52.222-26 Equal Opportunity (APR 1984) FAR 52.222-37 Affirmative Action of Special Disabled and Vietnam Era Veterans (APR 1984) FAR 52.222-37 Affirmative Action for Handicapped Workers (APR 1984) FAR 52.225-3 Buy American Act-Supplies (JAN 1994) FAR 52.225-1 Buy American Certificate (Dec 1989) The offeror certifies that each end product, except those listed below, is a domestic end product (as defined in the clause entitled ?Buy American Act- Supplies?), and that components of unknown origin are considered to have been mined, produced, or manufactured outside the United States. Excluded End Products County of Origin_________________ Offerors may obtain from the Contracting Officer lists of articles, materials, and supplies excepted from the Buy American Act. See note 1, 22*****
 
Place of Performance
Address: NORTHWEST GALLEY, 1320 NORTHWEST BLVD, BLDG 7, CHESAPEAKE, VA 23322
Zip Code: 23322
Country: USA
 
Record
SN00164926-W 20020914/020912213846 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.