Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
MODIFICATION

73 -- COMMERCIAL KITCHEN EQUIPMENT

Notice Date
8/26/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
2000 Bainbridge Ave., Charleston, SC 29405
 
ZIP Code
29405
 
Solicitation Number
HSFLCS-10-Q-00054
 
Response Due
9/13/2010
 
Archive Date
3/12/2011
 
Point of Contact
Name: Cynthia Doster, Title: Contracting Officer, Phone: 843-566-8565, Fax: 843-566-8561
 
E-Mail Address
cynthia.doster@dhs.gov;
 
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 HSFLCS-10-Q-00054 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 335221 with a small business size standard of 750.00 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 2010-09-13 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Charleston, SC 29405 The DHS Federal Law Enforcement Training Center requires the following items, Brand Name or Equal, to the following: LI 001, Provide and install pot and pan utensil washer. Unit must fit within existing space. Includes hooking up to existing utilities. Not to exceed 98" overall height w/door raised, and 48" overall width. Solution heated by stainless steel heated coils; WASH CHAMBER SECTION approximately 37 1/2" wide X 30 1/2" deep X 27" high; holds up to 16 - 18"X26" sheet pans; holds up to 140 quart mixing bowl. WASH PUMP: Minimum 240 GPM at 125 FH; 10 HP totally enclosed, fan cooled motor; removable nozzles and end caps on wash spray arms to allow maintenance and cleaning; removable stainless steel cover pan for easy maintenance and cleaning. TANK & HOUSING: 12 gauge type 304 stainless steel w/polished finish; minimum 45 gallon capacity; stainless steel filter screen. DOOR: split fold down; vertical opening; stainless steel; counterweighted; door operated safety switch. CONTROL PANEL: UL listed stainless steel panel; complete automatic cycle; adjustable wash/rinse cycle; automatic water fill; automatic temperature control. NSF certified. Wash and rinse temperature gauges. Rinse line strainer. Adjustable sanitary feet. Completely wired and tested. Automatic hold down grid to hold light items. 208 volt, 3 phase, 60 cycle. OPTIONS: Combination bun pan/steam table insert rack, stainless steel, holds seven 18" x 26" bun pans or eight 2" deep steam table inserts; 16 pocket bun pan rack, stainless steel, holds sixteen 18"x26" bun pans; Utensil basket with lid, stainless steel, hold various small cooking utensils, ladles, beaters, etc, approximate 18" x 24 3/4" x 10"; miscellaneous pan basket with lid, stainless steel, holds stock pots and pans up to 10" high, approximately 24" x 24" x 10". Includes steam heated rinse water booster (from 120 or 140 degrees fahrenheit to 180 degrees fahrenheit)--see line item 0004 to price this item. Includes ventillation/exhaust fan, factory wired with on/off switch in control panel--see line item 0002 to price this item. Alvey Model FL-2S or equal., 1, EA; LI 002, Ventillation Fan, factory wired with on/off switch in control panel. This is an option item for line item 001. This item must be incorporated into the utensil washer (line 1), 1, EA; LI 003, Sink, "L" shaped, three (3) bay pot sink. 144" x 70" x 34" (must fit existing space). 14 GA stainless steel with 8" backsplash on window wall (total height of back splash to reach window sill level) with a column cutout splash on wall section shall be 14". Includes a return, stainless steel bracing. Sinks measure 24" x 28" x 14" deep. Three (3) twist lever washes and brackets. One T&S hand spray faucet and two heavy-duty swivel faucets with 8" spout. Provisions for disposer incluce cone weld and control bracket with syphon breaker holes. Front and sides of sink to have removable stainless steel panels. Marlo Mfg or equal., 1, EA; LI 004, Steam booster heater. Option item for line item 001. This item must be incorporated into the utensil washer (line 1), 1, EA; LI 005, Heavy duty worktable with integral backsplash and stainless steel crossbracing, 48" wide x 34" high work surface x 42" deep--Must fit existing space. Channel edge front, turn down ends. 14 gauge stainless steel top, #4 satin finish, rigidly braced. 8" high, 14 GA stainless steel back splash on back and sides. Adjustable stainless steel feet. Marlo CTCB series or equal., 1, EA; LI 006, Garbage disposal, 5 HP, 8 5/8" diameter rotor/turntable, 18" bowl cone; and, automatic reversing controls with timed water and afterrun, encapsulated solid state control circuit board with self-diagnostic circuitry and indicator lights, watertight, corrosion resistant. 108-230v/60hz/3phase electric. Overload protection; low voltage protection; line disconnect handle; auto reverse; auto off. Master Disposers Series "C", C5-L-BC-RAC2., 1, EA; LI 007, Removal of existing equipment (Government will dispose of old equipment) and Installation of new equipment to existing utilities/connections. Includes start-up and test of all equipment., 1, EA; LI 008, Shipping, if quoting FOB Origin., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Law Enforcement Training Center 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. DHS Federal Law Enforcement Training Center 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery is desired within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. ADDENDUM: 52.237-1 -- Site Visit (Apr 1984). Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A SITE VISIT IS SCHEDULED FOR SEPTEMBER 7, 2010, AT 2:00 PM. YOU MUST PROVIDE THE NAME AND COMPANY INFORMATION FOR VISITORS TO CINDY DOSTER, cynthia.doster@dhs.gov, NO LATER THAN SEPTEMBER 2, 2010. FAILURE TO PROVIDE VISITOR INFORMATION MAY RESULT IN VISITORS BEING DENIED ACCESS TO THE FACILITY. Offeror must provide descriptive literature of other information sufficient to evaluate items proposed. Literature that specifies installation requirements must also be provided. Failure to provide the required documentation may result in non-consideration for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLCS-10-Q-00054/listing.html)
 
Place of Performance
Address: Charleston, SC 29405
Zip Code: 29405-2607
 
Record
SN02256925-W 20100828/100827000624-c3eacbba6f69cbd0eb62f7457da47c4e (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.