Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
MODIFICATION

73 -- DFAC Equipment

Notice Date
9/8/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 2015 4th St N, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W90DSN9238FCFF
 
Response Due
9/14/2009
 
Archive Date
3/13/2010
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W90DSN9238FCFF and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-14 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lewis, WA 98433 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, KETTLE, ELECTRIC Vulcan Model No. VEL20Stationary Kettle, Electric, 20-gallon capacity, 2/3 jacketed, 316 s/s liners, tri-leg base, hinged cover, 2" compression draw-off valve w/perforated strainer, faucet bracket 90 left of draw-off, s/s construction, 50 psi, 12kw., 2, EA; LI 002, Modular electric tilting braising pan, Vulcan-Hart Model No. (VE40). 46" wide open base. Stainless steel front, sides and 12" legs with adjustable flanged feet. Stainless steel finishing back. Front hinged polished stainless steel pan body with coved interior corners and embossed gallon markings. Stainless steel cooking surface bonded to steel plate. Full width 4" return flange with formed pouring lip and removable strainer. Stainless steel spring assist cover with full width handle. Drop away food pan receiving support mounts under pouring lip. Manually operated pan lifting mechanism with folding swing away handle. Pan can be fully tilted to empty completely with approximately 30 crank revolutions. Flat fire bar heating elements affixed to pan bottom for even heat distribution. Elements shut off when pan is tilted 5. Solid state temperature controls. Water tight controls and enclosures. Requires a 208 or 240 volt, 60 Hz, 1 or 3 phase power supply. Exterior dimensions: ___"w x 351/2"d x 401/2"h on 12" legs., 1, EA; LI 003, Heavy Duty electric griddle,16.2kW, 36W x 16.4H x 27.6D Vulcan-Hart Model No. RRE36D Stainless steel front and sides. Two tubular incoloy elements and one snap action thermostat for every 12" of griddle width. Thermostats adjust from 200 to 450 F. Stainless steel 4" back and tapered side splashes. 3" wide front grease trough and large capacity grease drawer. Available in 208V,240V or 480 volt 60Hz, 1 or 3 phase power supply., 1, EA; LI 004, Vulcan Model No. VBP15IHolding/Transport Cabinet, Industrial, Mobile, capacity(15) 18"x26"x 1" or (30) 12"x20"x2-1/2"pans, side mounted push handles, bottom mounted humidifier, recess control panel, exterior bumper assy, dial therm. 60-200F, s/s construction, 5"casters, 120v, with cord & plug, EnergyStar Certified., 1, EA; LI 005, Electric Deep Fat Fryer, Vulcan-Hart Model No. 1ER50D Cabinet is stainless steel with 6" adjustable legs.16 gauge stainless steel fry tank holds 50 lbs. of frying compound. 11/4" full port ball type drain valve. 17 KW low watt density ribbon style heating elements. Solid state(D) Programmable computer(C) temperature controls are adjustable from 200F to 390F, and include a fat melt cycle and high limit control. Twin fry baskets. Power supply is 208 volt, 60 Hz, 3 phase. Overall dimensions: 151/2"w x 341/8"d x 411/16"h. Working height is 36 1/4"., 2, EA; LI 006, RANGE, RESTAURANT, ELECTRIC, 36" Vulcan Model No. E36L Range, 36" Restaurant, Electric, (6) 2kw French Hot Plates 9 1/2" round French w/infinite controls, standard oven w/(1) rack, stainless steel front, sides, single deck high shelf & 6" legs, 17.0kw, 1, EA; LI 007, COMBI OVEN, ELECTRIC, FULL SIZEHobart Model No. CE10FD-1 Combi Oven, boilerless 10 full, (20) 12x20x2.5" or (10) 18x26x1", 100 program recipes w/10 phases each, auto cleaning & dosing pump, auto reverse fan, 3-flashing door lights, ext. probe, all s/s const., 208/60/3ph, 24.5kw, 66 amps, 1, EA; LI 008, Speeder 64 Double Tank Rack Conveyor DishwasherSPECIFICATIONSCONSTRUCTION - Hood and tank constructed of 16 gauge type 304 S/S. Hood of all welded seamless construction. S/S frame, legs, and feet. All internal castings are non-corrosive nickel alloy, bronze or S/S.DOOR - Extra large die formed type 304 S/S front inspection door riding in all S/S channels. No plastic or nylon sleeves or liners used. Two intermediate S/S door safety stops.CONVEYOR - One S/S roller chain conveyor, with rack driving lugs every sixth link, running along the front of the machine. Eleven free spinning rollers placed along the back wall of the machine. Conveyor accommodates all standard 20" racks. Conveyor drive system includes direct drive gear motor with frictionless, trouble-free clutch system, spring-loaded and automatically re-engaging. Racks. conveyed automatically through washing and rinsing systems, powered by an independent 1/15 HP drive motor.PUMPS - Centrifugal type "packless" pumps with brass petcock drains. Construction includes ceramic seal and a balanced castimpeller on a precision ground stainless steel shaft. All working parts mounted as an assembly and removable as a unit withoutdisturbing pump housing. One HP motor for each wash and rinse pump: standard horizontal C-face frame, drip proof, internally cooled with ball-bearing construction.CONTROLS - Top mounted NEMA 12 control enclosure, with 3.5 inch air gap between hood and enclosure, housing motor overload protection, contactors, transformers, and all other dishwasher controls. All controls safe low voltage 24 VAC.ENERGY SAVER - Rack actuated lever automatically operates the final rinse solenoid only when a rack passes, saving water andenergy. The lever also activates an adjustable timer control. If no ware passes during the set time, the machine shuts down. Electric tank heater. Note: adding electric tank heater is reason for repost, 1, EA; For this solicitation, USA ACA Fort Lewis intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Lewis is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.10. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting CommandEnterprise and Installation OperationsChief, Supply BranchBOX 339500, MS 19FORT LEWIS, WA 98433-9500Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quote MUST be good for 30 days after Reverse Auction closing date. Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following provisions and clauses may apply: 52.225-1 Buy American ActSupplies in solicitations and contracts with a value exceeding the micro-purchase threshold but not exceeding $25,000; and in solicitations and contracts with a value exceeding $25,000 when 52.225-3 or 52.225-5 is not used. 52.225-2Buy American Act Certificate, in solicitations containing the clause 52.225-1. 52.225-3 Buy American ActFree Trade AgreementsIsraeli Trade Act, in solicitations and contracts for supplies, involving the $25,000 or more, but is less than $194,000. Alternate I If the acquisition value is $25,000 or more but is less than $50,000, use the clause with its Alternate I. Alternate IIIf the acquisition value is $50,000 or more but is less than $67,826; use the clause with its Alternate II. 52.225-3 Buy American ActFree Trade AgreementsIsraeli Trade Act CertificateIn solicitations containing the clause at 52.225-3 or Alternate me If the acquisition value is $25,000 or more but is less than $50,000.Alternate II If the acquisition value is $50,000 or more but is less than $67,826 use the provision with its Alternate II. NOTE: THE ABOVE PROVISIONS AND CLAUSES ARE NOT ALL INCLUSIVE. ADDITIONAL PROVISIONS AND OR CLAUSES WILL BE INCORPARTED AS REQUIRED BY REGULATIONS. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following clauses apply: ClauseClause TitleCriteriaFAR 52.213-1Fast PayFast Pay is incorporated by reference and applies topurchase orders under $30,000.FAR 52.213-2InvoicesIs incorporated by reference and applies to purchase orders authorized for Advance Payment. FAR 52.213-3Notice to SupplierIs incorporated by reference and applies to all firmprice purchase orders.FAR 52.213-4Terms and Conditions-Is incorporated by reference and applies to Simplified Acquisitionspurchase orders under $100,000. FAR 52.225.13Restriction on CertainIs incorporated by reference and applies to all orders Foreign Purchasesfor supplies. FAR 52.252-2. This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. This is a Request for Bids under Federal Acquisition Regulation 12, COMMERCIAL ITEMS BRANCH Procedures and Simplified Acquisition Procedures under FAR 13.5. The following clauses apply: Provision/ClauseCriteria FAR 52.213-2 Is incorporated by reference and applies to purchase orders authorized for InvoicesAdvance Payment.FAR 52.213-3Is incorporated by reference and applies to all firm fixed price purchase orders.Notice to SupplierFAR 52.212-1Is incorporated by reference and applies to commercial purchase ordersProvision Incorporated by ReferenceFAR 52.212-2Is incorporated by reference and applies to commercial purchase ordersClause Incorporated by ReferenceFAR 52.212-3Is incorporated by reference and applies to commercial purchase ordersOffer Reps and CertsFAR 52.212-4Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsFAR 52.212-5Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsTo Implement Federal LawDFAR 252.212-7001Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsTo Implement Federal Law FAR 52.252-2 This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. New equipment/parts only. No remanufactured products. Quotes will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quote. Quotes shall submit quotes that meet the requirements of FAR Part 23 and FDARS Part 223, Environmental, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.). In accordance with FAR 13.106-2 shipping will be evaluated inclusive with quoted price. Quoter will stipulate when separate shipping charges are required by other Federal or DOD contracts. Procedures for commercial vehicle access to military installations are varied. To enter the installation, the Contractor should thoroughly comply with the access procedures of a respective installation. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the access procedures enforced by each military installation. The Contractor shall completely coordinate with the military installations and the delivery point of contacts. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate. Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ25/W90DSN9238FCFF/listing.html)
 
Place of Performance
Address: Fort Lewis, WA 98433
Zip Code: 98433-9500
 
Record
SN01944775-W 20090910/090909083120-e30bd6400c47c3fd538229a75c0eecc6 (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.