Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

73 -- Kitchen Equipment for El Paso Service Processing Center - Statement of Work

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-DM, 801 I Street, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
192110FEP00000896
 
Archive Date
7/23/2010
 
Point of Contact
Arnold P. Casterline, Phone: 2027322394, Charles W. James, Phone: 2027322544
 
E-Mail Address
arnold.casterline@dhs.gov, Charles.W.James@dhs.gov
(arnold.casterline@dhs.gov, Charles.W.James@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Synopsis/Solicitation El Paso Service Processing Center kitchen equipment for Immigrations and Customs Enforcement (ICE) This is a combined synopsis/solicitation for commercial items prepared in accordance with The Federal Acquisition Regulation Part 12, subpart 6-Streamlined Procedure for Evaluation and Solicitation for Commercial Items. Proposals are being requested as official Request for proposal (RFP) under the Federal Acquisition Circular Fac 2005-41 (Effective 10 Dec 2009). The NAICS code is 238290. Immigrations and Customs Enforcement (ICE) has a requirement to award a Firm-Fixed Price contract to the best Offeror supplying and installing kitchen equipment at the El Paso Service Processing Center in El Paso, TX. Please submit one price proposal for the supply and installation of the kitchen equipment corresponding to the contract line items. **Within your proposal, please submit your price proposal as follow: CLIN0001: Pitco Megafry (or equal) 3 units Pitco Megafry gas fryer with filtration, model #SGM24 (or equal) -Three units set up as one battery with only one filter pan, must be stainless steel mesh filter - Each unit has its own gas connection, flexible gas hose with quick disconnect -Each unit must have tank cover and flush hose -Institutional Prison Security Package -Basket size: 2 baskets 10" x 23 ¼" -Solid State controls only CLIN0002: Drop-in Hot Food Well Unit, Electric 12 units: Wells manufacturing built in rectangular warmer model #SS-276ULTD (or equal) -Food warmer, top mount, built in, electric, 12" x 27" pan opening with drain, wet operation, stainless steel interior, UL listed CLIN0003: Ice-O-Matic (or equal) Model#ICE0806 (or equal) -ice maker less storage bin. CLIN0004: Hobart Flight Type Conveyor Dishwasher (or equal) Model# FT900S (or equal) -Blower Dryer -Booster heater -Correctional Package -Circuit Breakers -Unit must run from right to left when facing controls CLIN0005: True Roll-Thru warmer cabinets (or equal) 2 units: Model# TR2HRT-2S-2S (or equal) -Heated Roll-thru, two section, 75 cu. Ft [accommodates 27"W x 29"D x 66"H carts (not included)] -Stainless Steel exterior and interior - 36-7/8"D - 4 stainless steel doors, with cam lift hinging, locks, exterior color-coded temp display - Stainless Steel ramps - 4kw,115/208-240/60/1 (requires hard wiring) -High security package CLIN0006: True Roll-Thru refrigerator (or equal) 2 units: Model#TR1RRT-1S-1S (or equal) -Refrigerator, Roll-thru, one section, 37 cu. Ft [accommodates 27"W x 29"D x 66"H carts (not included)] -Stainless Steel exterior and interior - 36-7/8"D - 2 stainless steel door (Front and rear), with cam lift hinging, locks, exterior digital temp display - Stainless Steel ramps - 1/3 hp, 115v/60/1ph. -High security package CLIN0007: Installation -Installation of all equipment in accordance with the attached statement of work. A site visit shall be conducted to provide all Offerors the opportunity to visit the facilities and understand the requirements for this solicitation at the El Paso Service Processing Center located at 8915 Montana Ave. El Paso, Texas 79925. The site visit shall take place on Wednesday June 30, 2010 at 9:00am (Central Time). Those parties interested in participating in the visit MUST respond to Ruben Casas via email at ruben.casas1@dhs.gov or by phone at 915-298-5299 NLT (no later than) 5:00pm (Central Time) Friday, June 25, 2010. The above email MUST be sent and received for approval to obtain access into the facility. **Limit of 2 representatives per Offeror** Offerors questions concernig this synopsis/soliciatation will be answered prior to the conclusion of the site visit. Your response and submittal (proposal) should be received as soon as possible, but no later than 3:00pm (Central Time) Thursday, July 08, 2010. The Offeror shall also provide (1) the name, title, phone number, fax number, mailing address and email address of the points of contact ;(2) the nine digit DUNS (verification of vendor in CCR). The Offeror is required to propose their best solution and submit a detailed price proposal as stated above. The technical and price proposals shall be in separate attachments (once submitted). No information pertaining to price shall appear in the technical proposal. The technical volumes shall address offerors approach to meeting requirements. Format for Proposal: 1. Pricing - the offeror shall provide a total price for each item listed: 2. Contractor Information: a) Provide the name, title, telephone number, fax number, and email address of the point of contact. b) Provide the nine-digit DUNS and the nine-digit TIN. DUNS is used to verify that the vendor is in CCR and a small business for the NAICS specified. The Taxpayer Identification Number is necessary for electronic payment. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. c) If you have not completed the annual representations and certifications electronically at http://orca.bpn.gov, please fill in the representations and certifications in the Solicitation. If you use ORCA, then do not fill out and sign those pages. Statement of Work is included as an attached document The following DHS Provisions are applicable: *3052.209-70 Prohibition on Contracts with Corporate Expatriates *3052.204-90 Unauthorized Use of Name The following FAR provisions and clauses apply to this acquisition: 52.202-1 Definitions (July 2004) 52.204-7 Central Contractor Registration (April 2008) 52.212-1 Instructions to Offerors-Commercial Items (June 2008) 52.212-2 Evaluation- Commercial Items. Award will be based on 1) Technical capability per the SOW 2) Ability to meet installation schedule 3) Past Performance and 4) Price. Technical capability (Factor 1) is more important than Factors 2, 3 and 4. Factors 2 and 3 are weighted equally, but are weighted more than Factor 4 (Price). (Jan 1999) 52.212-3 Offerors Representatives and Certifications-Commercial Items (June 2009) 52.212-4 Contract Terms And Conditions--Commercial Items (March 2009) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders (June 2009) 52.222-3 Convict Labor (June 2003) 52.222-21 Prohibition Of Segregated Facilities (February 1999) 52.222-26 Equal Opportunity (March 2007) 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (September 2006) 52.222-36 Affirmative Action For Workers With Disabilities (June 1998) 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, And Other Eligible Veterans (September 2006) 52.225-13 Restrictions On Certain Foreign Purchases (June 2008) 52.232-1 Payments (April 1984) 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration (October 2003) 52.233-4 Applicable Law For Breach Of Contract Claim (October 2004) 52.249-1 Termination For Convenience Of The Government (Fixed-Price) (Short Form) (April 1984) 52.222-54 Employment Eligibility Verification (January 2009) 52.222-41 Service Contract Act of 1965 (November 2007) 52.225-1 Buy American Act-Supplies. (February 2009) 52.228-5 Insurance - Work on a Government Installation (January 1997) 52.232-18 Availability of Funds (APR 1984) **These DHS and FAR Provisions and Clauses may be accessed via: http://www.arnet.gov/far/, www.dhs.gov. Requests for copies of FAR Provisions and/or Clauses will not be accepted. Evaluation Factors for Award The Government intends to evaluate the proposal on the following factors conforming to the RFP, which will provide the best value to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Technical Capabilities (2) Ability to meet the installation schedule (3) Current and Past Performance (Past Three years) (4) Price Technical capability (Factor 1) is more important that Factors 2, 3 and 4. Factor 2 and Factor 3 are weighted equally, but are weighted more than Factor 4 (Price). The Government will evaluate offers for award purposes by adding the total price of all line items identified in the schedule. The Government will award resulting from the RFP to the responsible Offeror whose proposal, conforming to the RFP, will represent the best value to the Government, price and other factors considered. There is a possibility that the Offeror with the highest technical score may not be selected for award. The Government will determine if any additional technical merit in a given offer warrants any additional cost. Also, the award may not be made to the technically acceptable, lowest cost offer. Cost shall not be so controlling to preclude award to an Offeror whose technical superiority warrants additional cost. Your response and submittal should be received as soon as possible, but no later than 5:00p.m. EST, Thursday, July 8, 2010. The Offeror shall submit complete packets via email to arnold.casterline@dhs.gov. Submitting by postal mail is strongly discouraged as postal mail is scanned prior to acceptance; you may miss the deadline. Please reference "192110FEP00000896" in the subject line. If you do not receive an email confirmation of receipt of your proposal, then your proposal has not been received. Late proposals will not be accepted. The Government will not be responsible for any costs accrued or incurred by the vendor in response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-DM/192110FEP00000896/listing.html)
 
Place of Performance
Address: El Paso Service Processing Center, 8915 Montana Ave., El Paso, Texas 79925, El Paso, Texas, 79925, United States
Zip Code: 79925
 
Record
SN02186003-W 20100625/100623235106-6ad56d4e29bc4c3ba49a8e31c3146bcf (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.