Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

73 -- Food Service Equipment

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B78073A001
 
Point of Contact
Kimberly A Knott, Phone: 334-953-3528, Edwin Baldomero ,, Phone: 334-953-6513
 
E-Mail Address
kimberly.knott@maxwell.af.mil, edwin.baldomero@maxwell.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 the Federal Acquisition Regulation (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. Solicitation number F2X3B78073A001 for Food Service Equipment is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25, AFAC 2008-0128, and Defense Federal Acquisition Regulation Supplement (DFARS). It is the contractor’s responsibility to be familiar with applicable clauses and provisions. This acquisition is small business set-aside. The North American Industry Classification System code is 423830 with a small business size standard of 500 employees. CLIN 0001- 1 each Griddle Counter Unit Electric, Toastmaster Model No. TECG733667 or TECG733670, Class 100, 36in x 24in x 1/2in polished rolled steel griddle plate 2/4in rear and side splash, thermostatic temp controls with indicator light, stainless steel grease trough, stainless steel front, top, and sides, 4in steel legs, 16.4kw, 220/240 volts. CLIN 0002- 4 each Griddle Counter Unit Gas, Garland / US Range Model No. G24-36G, gas 36in x 24in x 3/4in thick smooth steel griddle plate, manual controls, king size grease bucket (1 – 3/4 gal capacity), welded splash guard on rear and ends, stainless steel front, back and side, 100,000 BTU natural gas burner; CLIN 0003 – 4 each Griddle Stand Garland Model No. CS24-36SS equipment stand, E24 and G24 series, 36in W x 24 1/2in H, tubular legs with under shelf, stainless steel finish; CLIN 0004 – 4 sets of 4 each, Casters with front brakes, Garland / US Range model, to be used with CLIN 0003; CLIN 0005 – 1 each, Tilting Skillet / Braising Pan Gas, Southbend Model No. BGLT-30, 30 gal capacity, open leg frame base, standard with manual tilt mechanism, stainless steel construction, 80,000 BTU, 115 volts, 60 cycle, 1 ph natural gas; CLIN 0006 – 1 each, Food Cutter Electric, Univex Model No. BC18, bowl cutter with built-in #12 PTO Hub 269 RPM, 18in diameter stainless steel bowl 22 RRM, twin stainless steel knives 3,460 cuts per minute, removable and reversible cutting board, start/stop button, bowl cover interlock, polished and anodized aluminum construction, 1 HP motor, 5 ft cord and plug, NSF and UL; CLIN 0007 – 1 each, Fryer, Gas, Frymaster Model No. H55-2C-SC, Master Jet Pro Fryer Gas, heavy-duty floor model, 40-50 lb. capacity, solid state controls, melt cycle, electric ignition stainless steel pot, door and cabinet, EnerLogic Technology, 80,000 BTU, energy Star, Natural Gas Burner, 120 volt, 60 cycle, 1-phase, 1.0 amp std; CLIN 0008 – 1 each, Refrigerator Reach-in, True Manufacturing Model TS-72-6, three section 72 cubic ft, 9 shelves, 300 series, stainless steel exterior and interior with 300 series stainless steel floor, 6 stainless steel hinged 1/2 doors with locks, digital solar LC thermometer, 4in castor, 1/2 HP, 115 volts, 60Hz, 1 phase left door hinged left, center, and right, standard; CLIN 0009 – 3 each, Fryer, Gas, Frymaster Model No. MJ35-SD, heavy duty restaurant design, 30-40 lb. fat capacity, millivolt temperature control circuit, stainless pot and door, enamel cabinet, 110,000 BTU Natural Gas; CLIN 0010 – 3 each, Commercial Microwave, Amana Model No. ALD10T; 1000 watts, stainless steel interior and exterior, 10 menu pads with capacity to program 20 menus, 4 power levels, X2 quantity pad, side hinged door, limited 3 year warranty, 15 amp, 120 volts, 60 Hz, NEMA 5-15; CLIN 0011 – 3 each, Warming Display, Equipex Model No. WDL-200, stainless steel construction, concealed fluorescent light fixture and lighted graphics panel on WDL model countertop warming display, thermostatically control up to 225 degrees F, dual service from front and back with lift up doors equipped with water pan humidity, removable bottom crumb tray, equipped with light switches, 2 shelves, exterior dimensions 24in W x 14in D x 16in H, shelf size (2) 21 1/2in W x 13in D, inside clearance 5 1/4in single service door, locking device. These items are to be delivered to 60 West Maxwell Blvd, Maxwell AFB, AL, 36112. Basis for Award: Award will be made to the lowest price offered who takes no exception to the specifications identified in CLIN 0001-0011. Interested vendors must quote on all items. Partial quotes will not be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Nov 2007) and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Jun 2005) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors - Commercial Items (Apr 2008), applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007), is incorporated into this RFQ and is an addendum to add the following clause: FAR 52.204-7 Central Contractor Registration (Apr 2008). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Apr 2008) is incorporated in to this RFQ and the following FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003) (15 U.S.C. 644), 52.219-28, Post Award Small Business Program Representation (Jun 2007), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (May 2007) (E.O. 11246), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). The following DFARS: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2008) applies to this RFQ and the following clauses are applicable under sub-paragraph (a) and (b): 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005); 252.232-7003, Electronic Submission of Payment Request (Mar 2008); 252.204-7004 Alternate A (Sep 2007); 252.247-7023, and Transportation of Supplies by Sea Alt III (May 2002). DFARS 252.204-7004, Alt A previously Central Contractor Registration (Sep 2007), is also applicable. In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All offers must be received no later than 05 Sep 2006, 3:00 pm Central Standard Time and must be able to respond to the information contained herein. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight A-2, Building 804, Maxwell AFB AL 36112-6334, ATTN: MSgt Kimberly Knott, fax number (334) 953-3543, and/or email to kimberly.knott@maxwell.af.mil, or SSgt Edwin Baldomero, email edwin.baldomero@maxwell.af.mil. Quotations should meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number and provide a delivery date on the quotation. Please email MSgt Kimberly Knott, Contracting Officer, for any questions concerning this requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9769a806703823102f5d78c39bb65df6&tab=core&_cview=1)
 
Place of Performance
Address: 60 W. Maxwell Blvd, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01572492-W 20080515/080513221633-9769a806703823102f5d78c39bb65df6 (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  © 1994-2020, Loren Data Corp.