Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

73 -- Food Prep equipment

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3JD9176A001A
 
Archive Date
9/26/2009
 
Point of Contact
Rachel J. Barnes, Phone: 2088286479
 
E-Mail Address
rachel.barnes.ctr@mountainhome.af.mil
(rachel.barnes.ctr@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS / SOLICITATION (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3JD9176A001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and through Department of Defense Acquisition Regulation Change Notice 20090825. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423440; Small Business Size Standard: 500 (v) CLIN 0001: 2 each: Vulcan Hart Model #VE30 Tilting Skillet/Braising Pan, Electric or equal, to include: 2 each: 208/v/60/3ph, 9kw, 25 amps 2 each: 1 year limited parts & Labor warranty, standard 2 each: 2" draw-off valve left, straight with strainer (30 gal less pan support) 2 each: SGL 12 R 12 NZL Single pantry deck mount faucet w/ 12" riser & 12" swivel spout 0002: 1 Each: Wells Model #B-50 Charbroiler, Electric, Counter Top. Or equal. To include: 1 Each: 20011 208v, 3 ph, 10.8 kw 1 Each: 21708 wire broiler brush 0003: 2 Each, Hobart Model #CG50-1 Griddle, Counter Unit, Electric. Or equal 0004: 1 Each, Traulsen Model #RHF132WP-FHS Heated Cabinet, Pass thru. Or equal. To include: 1 Each: Thermometer side door: hinged on right std. 1 Each: Rear Door hinged on right Std. 1 Each: 208/115v/60/1ph, std. 0005: 1 Each, True Food Model #TR1HPT-1s-1sHeated Cabinet, Pass Thru or equal. To include: 1 Each: warranty 1 year parts and labor 1 Each: Thermometer side: door hinged on right standard 1 Each: Rear: door hinged on right standard 1 Each: SPECKIT3 Spec Kit #3 (6) sets of universal type tray slides 1 Each: 6" legs std. 0006: 1 Each, Taylor Co. Model #336 Twin Soft Serve Ice Cream Machine or equal. To include 1 Each: 208-230v/60/1ph 1 Each: air cooled 0007: 1 Each, True Food Model #TM-52G Refrigerator, Reach-in Split glass door or equal. To Include: 1 Each: Self contained refrigeration std 1 Each: warranty 5 yr compressor 1 Each: left door hinged left, right door hinged right std 1 Each: 4" swivel castors 0008: 1 Each, Freight (vi) FOB-Destination for delivery to: MHAFB, ID 83648 Delivery NLT 31 October 2009. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.211-6 Brand Name or Equal FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities ; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Quailifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Numbered Notes 1 (xv) Quotes must be emailed to Rachel Barnes at rachel.barnes.ctr@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 1200hrs MST, 25 September 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3JD9176A001A/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01963288-W 20090923/090921235635-43d6e83383805b0e006674d3855c5ee4 (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.