Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2004 FBO #0874
SOLICITATION NOTICE

73 -- Icemaking Machines and Installation services

Notice Date
4/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-04-T-0021
 
Response Due
4/26/2004
 
Archive Date
5/11/2004
 
Point of Contact
Gregory Moore, Contract Specialist, Phone 719-333-8265, Fax 719-333-9103, - Joy Christie, Contracting Officer, Phone (719) 333-3961, Fax (719) 333-4404,
 
E-Mail Address
gregory.moore@usafa.af.mil, joy.christie@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-04-T-0021, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. The North American Industrial Classification System (NAICS) number is 423740 and the business size standard is 500 Employees. The proposed contract is 100% set aside for small business concerns. LINE ITEM 0001: BRAND NAME ONLY - Ice Maker, Cube Style, Manitowoc Model No. QY-1805W, 2 Each. Ice maker, cube style, water cooled, self-contained condenser, 1880-lb production/24 hours, stainless steel finish, half-dice size cubes, 208-230V/60/3PH, 5-year parts and 5-year labor coverage on ice maker evaporator, 5-year parts and 3-year labor coverage on ice machine compressor. LINE ITEM 0002: BRAND NAME ONLY - Ice Maker, Cube Style, Manitowoc Model No. QY-1804A, 1 Each. Ice maker, cube style, air cooled, self-contained condenser, 1880-lb production/24 hours, stainless steel finish, half-dice size cubes, 208-230V/60/3PH, 5-year parts and 5-year labor coverage on ice maker evaporator, 5-year parts and 3-year labor coverage on ice machine compressor. LINE ITEM 0003: BRAND NAME ONLY - Ice Bin, Follett Corporation, Model No. DB1000, 3 Each. Automatic bagging and dispensing system, 1000-lb. capacity ice storage with automatic agitation, control panel, foot pedal, lockable clear window and adjustable bag stand, insulated polymold interior, stainless steel base, for top-mounted Manitowac ice maker specified in paragraph 3.1. LINE ITEM 0004: Install and deinstall services as specified in the attached Statement of Work (SOW). Shipping containers shall be marked to indicate the purchase order number, quantity, nomenclature and name of contractor Delivery requirement: The FOB for this RFQ is Destination to ZIP Code 80840. Proposals received with other than FOB Destination pricing may not be considered. The requested delivery date is NLT 31 Dec 2003. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items, no addenda applies: The provisions at 52.212-2-, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming too the solicitation that will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item and 2. Price. Technical capability will be evaluated to ensure item meets the government?s end use requirements. Price and technical capability are of equal importance. This will be determined by comparing differences in each offeror?s technical capability and experience with differences in price to the government. In making this comparison, the government is just as concerned with ensuring technical capability as it is with making an award at the lowest overall price to the government. Since technical capability is approximately equal to price, the government reserves the right to select a contract at other than the lowest price. Quotes that are unrealistic in terms of price may be rejected. Price will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The provision is included as an attachment to this solicitation. The following clauses apply to this acquisition. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 21, 23, and 24. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001. The following addenda applies to this acquisition: 252.204-7004(Alt A), Required Central Contractor Registration (Nov 2001) and 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999). Quotes must be received NLT 4:00 PM (Mountain Time Zone), April 23, 2004 at the following address: Greg D. Moore, C/O 10th MSG/LGCB, Contracting Flight/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Greg D. Moore, 719-333-9103 or emailed to gregory.moore@usafa.af.mil.-------------------------------------------------------------------------STATEMENT OF WORK - PURCHASE AND INSTALLATION OF NEW ICE MAKERS AND DISPENSERS, Building 2350, U.S. Air Force Academy, CO 1. GENERAL. The Contractor shall be responsible for the purchase and installation of three (3) each ice makers, three (3) each ice dispensers/bagging systems, and the disconnection and the removal of two (2) each existing ice makers with ice storage bins and relocation of 1 ice machine and bin. The contractor shall provide all equipment, labor, tools, transportation, and all other items and services required to complete the project. 1.2. Contractor personnel shall be licensed in the state of Colorado and have a minimum of five (5) years? experience in the refrigeration field. 2. BASIC SERVICES. 2.1. The contractor shall disconnect two existing ice maker/ice dispensing combinations in the Main Kitchen. The contractor shall install one icemaker and ice dispensing system in the Vegetable Preparation Kitchen. All utilities for new installation are in place. 2.2. The contractor shall install two icemaker and ice dispenser/bagging systems on the east side of the main kitchen. Contractor shall remove a stainless steel sink on the east side of the main kitchen to accommodate the installation of the 2 systems. 2.3. The contractor shall install one icemaker and ice/dispenser/bagging system in the Vegetable Preparation kitchen. Contractor shall move the ice machine and storage bin in the Vegetable Preparation kitchen to the Formal Dining Room kitchen and reconnect /set up the ice machine system at that location. 2.3. The contractor shall, upon disconnecting of the two existing ice machine/bin combinations, palletize and move to the service level of the dining facility for removal by the government. The contractor shall be responsible for the removal and disposal of all other incidental parts and debris. The government representative will be the final authority on items to be disposed of by the contractor. 3. EQUIPMENT PURCHASE. The following equipment shall be purchased for installation. 3.1. Ice Maker, Cube Style, Manitowoc Model No. QY-1805W, 2 Each. Ice maker, cube style, water cooled, self-contained condenser, 1880-lb production/24 hours, stainless steel finish, half-dice size cubes, 208-230V/60/3PH, 5-year parts and 5-year labor coverage on ice maker evaporator, 5-year parts and 3-year labor coverage on ice machine compressor. 3.2. Ice Maker, Cube Style, Manitowoc Model No. QY-1804A, 1 Each. Ice maker, cube style, air cooled, self-contained condenser, 1880-lb production/24 hours, stainless steel finish, half-dice size cubes, 208-230V/60/3PH, 5-year parts and 5-year labor coverage on ice maker evaporator, 5-year parts and 3-year labor coverage on ice machine compressor. 3.3. Ice Bin, Follett Corporation, Model No. DB1000, 3 Each. Automatic bagging and dispensing system, 1000-lb. capacity ice storage with automatic agitation, control panel, foot pedal, lockable clear window and adjustable bag stand, insulated polymold interior, stainless steel base, for top-mounted Manitowac ice maker specified in paragraph 3.1. 4. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government shall provide all utilities required. The government shall also provide a staging area for use by the contractor. 5. HOURS OF OPERATION. The contractor shall perform work during normal duties hours, 7:30 AM ? 4:00 PM, Monday through Friday. However, the contractor may elect to work at times other than these normal duty hours at no additional cost to the government. Working at other than normal duty hours will be coordinated with the Mitchell Hall Facility Manager. 6. SAFETY, ACCIDENT PREVENTION AND REPORTING. 6.1. Barriers. Contractor shall provide all necessary barriers and barricades at and around work areas. 6.2 Accident Reporting. Contractor personnel shall know how to call for an ambulance and shall do so immediately in the event of an accident or serious injury. The applicable emergency number from on-base government phones is 911 for Police, Fire, and Ambulance. 7. IDENTIFICATION BADGES. The government shall provide identification badges for all contractor employees. Each employee shall wear the badge so it can be easily seen. Prior to issuance of the badge, the contractor shall ensure that each employee working on the USAF Academy obtains a USAFA Form O-111, Application of Personnel and Vehicle Passes to Work Under Air Force Contract, from the Contracting Office. After receiving coordination from the Contracting Office, the USAFA Form O-111 will then be processed by Security Forces or the Pass and Identification Office. Upon completion of the contract performance period all badges issued by the government shall be returned to the government.
 
Place of Performance
Address: US Air Force Academy, CO
Zip Code: 80840
 
Record
SN00567512-W 20040418/040416212229 (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.