Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

73 -- Food Service Equipment

Notice Date
3/10/2008
 
Notice Type
Solicitation Notice
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
179th AW/LGC, 1947 Harrington Memorial Road, Mansfield, OH 44837-0179
 
ZIP Code
44837-0179
 
Solicitation Number
W91364-08-T-0009
 
Response Due
4/10/2008
 
Archive Date
6/9/2008
 
Point of Contact
gordon.strom1, 419-520-6390
 
E-Mail Address
Email your questions to 179th AW/LGC
(gordon.strom@ohmans.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. This solicitation W91364-08-T-0009 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal A cquisition Circular 2005-24. This solicitation is set-aside 100 percent for small business. The NAICS code that applies is 423440 and business is 100. This action will result in a FFP purchase order utilizing simplified commercial acquisition procedures un der Full and Open competition. This requirement is for the following line items: Line Item 1: Pass-Thru Refrigerator, Two-section glass front/solid rear door pass-thru refrigerator; 56 cu. ft.; six vinyl coated wire shelves, s/s front, aluminum ends, white aluminum interior w/ s/s floor, (2) glass full doors front, (2) s/s full doors rear, locks, digital thermometer, 4in. swivel castors, 1/2 hp, 115v/60/1 phase. Dimensions: 51 3/8in. L x 37 1/4in. D x 78 1/4in. H (height not to include castors; depth not to include 1 5/8in. for door handles). Suggested manufacturer: True Food Service Equipment; Model number: TG2RPT-2G-2S. Quantity of 2. Comparable product will be considered; however, size dimensions need to be same as dimensions listed in line item descripti on. Line Item 2: Convection Steamer, Electric, 2 compartments on 24in. cabinet base w/ 6in. legs and adjustable feet, capacity for (6) 12in. x 20in. x2-1/2in. dp pans, stainless steel construction, 60 min. timer for each compartment, constant steam feature , 208v/50/60/3ph, convertible to single phase. Dimensions: 63.7in. H x 24in. W x 35.4in. D. Suggested manufacturer: Vulcan-Hart; Model number: C24EA6. Quantity of 2. Comparable product will be considered; however, size dimensions need to be as close as pos sible to dimensions listed in line item and the height listed above is the max allowable; needs to also be: electric only, stainless steel, pan accommodation must be minimum of what is stated in line item description, must be cabinet-based. Looking for ite ms the same as, or comparable to, the above listed items. Manufacturers and model numbers are suggested sources. Shipping address for these items is: 179AW/OHANG, 1947 Harrington Memorial Rd., Mansfield, Ohio, 44903-8049. Please include all applicable fre ight charges in total estimated cost. The Government has available for possible trade-in value the following: (1) Custom Salad Bar, stainless steel construction, 132in. L x 32in. W x 37in. H, Mechanically cooled (electric), Refrigeration underneath entire front unit, Two heated soup wells located at end of bar, Front side (customer side) sneeze guard and tray slide, Back side (food service side) open for counter legs, Single service buffet shield; constructed in Aug 2006 timeframe; used approximately 12 tim es since delivery. Additional information can be provided upon request. The following shall be used to evaluate offers: price and cost to the Government, value of potential trade-in of Government equipment. The Government will make award(s) to offer(s) tha t are most advantageous to the Government. The following provisions are included in this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to OfferorsCommercial (Nov 2007), FAR 52.212-2, Evaluation  Commercial items (J an 1999); FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Nov 2007) Alternate I (Apr 2002); DFAR 252.225-7000, Buy American Act and Balance of Payments Certificate. A completed signed copy of provision FAR 52.212-3 shall be subm itted with any quotation. The following clauses apply to this acquisition: FAR 52.204-7, Central Contractor Registration (Jul 2006); FAR 52.212-4, Contract Ter ms and Conditions  Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2008). The following additional FAR clauses cited within clause 52.212-5 also apply: 5 2.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor, 52.222-19, Child LaborCooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities; 52.2 22-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled V eterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, 52.222-50, Combating Trafficking in Persons ; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.247-34, F.O.B. Destination and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988) also apply to this acquisition. The following DFAR clauses also apply: DFARS 252.204-7004 Alt A, Required Central Contractor Registration Alternate A (Nov 2003); 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviatio n) (Apr 2007); 252.232-7003, Electronic Submission of Payment Requests (Mar 2007); 252.243-7001 Pricing of Contract Modifications 252.232-7010, Levies on Contract Payments; and 252.243-7023 (Mar 2002) Alternate III (May 2002). For information regarding th is solicitation please contact SSgt Gordon Strom @ 419-520-6390. All offers are due by 2:00pm (EDST, 10 Apr 2008) by facsimile 419-520-6391, by e-mail to gordon.strom@ohmans.ang.af.mil or by mail or hand carried to 179 AW, Contracting Office, Attn: SSgt G ordon Strom, 1947 Harrington Memorial Road, Mansfield, Ohio 44903-8049.
 
Place of Performance
Address: 179th AW/MSC 1947 Harrington Memorial Road, Mansfield OH
Zip Code: 44903-8049
Country: US
 
Record
SN01528410-W 20080312/080310224615 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.