Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

73 -- FABRICATE GALLEY EQUIPMENT

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0523
 
Response Due
9/13/2011
 
Archive Date
12/13/2011
 
Point of Contact
Charles (Fletch) Fletcher II 619-532-2658
 
E-Mail Address
Contract Specialist's e-mail address
(charles.e.fletcher@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Federal Supply Class 7360 and NAICS 332322. This is an All or None offer. Site Visit attendance is mandatory to offer (FAR Clause 52.237-1 SITE VISIT (APR 1984) applies). The agency need of the following requirements: 0001FABRICATE GALLEY EQUIPMENT1 GROUP DRAWINGS PROVIDED UPON REQUEST ONLY STATEMENT OF WORK 25 August 2011 1.0The requirements in this Performance Work Statement (PWS) apply to food service facility, Naval Air Station North Island (NASNI) Bldg 794 1.1.These specifications require the performance of all tasks necessary and proper for or incidental to the contracted functions. Anything not directly specified but necessary to carry out the intent of this contract and the complete and proper execution of the services shall be performed by the contractor as if it had been specifically described 1.2.The Contractor shall Customize and modify existing Salad Bar in accordance with Navy drawings. 48 ™ Single Sided Salad Bar 2.0 All Aluminum Composite Material (ACM) Construction 2.1 Separate bases bolted together & leveled on site by others 2.2 Pre-painted black ACM Toe Kicks (Extra low toe kicks shipped loose to conceal casters) 2.3Adjustable leveling legs w/ casters 2.41  Boston Bumper (Standard Colors Only) 2.5Laminated base (One color, Customer Visible Sides Only, all other sides Black) 2.6Heavy duty paddle latch ACM doors (Located on Both Long Sides for Access) Concealed Hinges. 2.7Waste Tank and Plumbing for Equipment 2.8Multiple Oversized corian counter tops with visible seam at cabinet break points and SS Steel Rub strips built in **OPENINGS & PATHWAY MUST BE VERIFIED FOR AT LEAST 43 ** 2.9(2) Single sided buffet style sneeze guard with top shelves- powder coated TBD. 1 ½  tubular extruded aluminum construction. Ό  thick glass secured in a tight-fitting channel. 2.10 (1) Single sided double tier buffet style sneeze guard with top shelves-powder coated TBD 1 ½  tubular extruded construction. Ό  thick glass secured in a tight fitting channel. 2.11Fluorescent lighting installed in sneeze guards-includes black boots on toggles 2.12Countertop Grommets (x8) 2.13100 Amp electrical service in panel, Single Phase, Mennekes plug #ME410012W (VERIFY electrical prior to placing order to ensure that 100 amp service is sufficient) 2.14(2) Vollrath #36436 Five Pan NSF7 Refrigerated Drop In 2.15(1) Vollrath #36426 Five Pan frost top drop in 2.16(2) Vollrath #3646410 11Qt. drop in soup wells 2.17(6) Vollrath #99710 SS Silverware Containers 2.18(6) Vollrath #78730 Bain Maries SUPPLIED EQUIPMENT BY CONTRACTOR 3.0. (2) Lakeside #977 Glass Rack Dispensers 3.1 (2) Lakeside #400525 Dish Dispensers (5-1/8  to 5-3/4  Dia.) 3.2. (2) Lakeside #400925 Dish Dispensers (8-1/4  to 9-1/8  Dia.) 3.3. (1) Lakeside #966 Mobile tray dispenser 3.4. lakeside #966 Mobile tray dispenser 48 ™ DOUBLE SIDED ISLAND SALAD BAR ( œU  SHAPED) 4.0. All aluminum composite material (ACM) Alucobond Construction 4.1. Separate bases bolted together & leveled on site by others 4.2. Pre-painted black ACM toe kicks (extra low toe kicks shipped loose to conceal casters) 4.3. Adjustable leveling legs w/Casters 4.4. 1  Boston Bumper (Standard Colors Only) 4.5. Laminated Base (one color, customer visible sides only, all other sides & wall side black) 4.6. heavy duty paddle latch ACM doors (located on inside of œU ) ***BLACK Painted Finish*** 4.7. Waste tank and plumbing for equipment 4.8. Multiple oversized corian countertops with visible seam at cabinet break points and SS Steel rub Strips built in**OPENINGS & PATHWAY MUST BE VERIFIED FOR AT LEAST 43 ** 4.9. (4) Single sided buffet style sneeze guard with top shelves powder coated TBD. 1 ½  tubular extruded aluminum construction. Ό  thick glass secured in a tight-fitting channel. 4.10. Fluorescent lighting installed in sneeze guard-including black boots on toggles 4.11. Countertop grommets (x16) 4.12. 100 Amp electrical service in panel, single phase, mennekes plug #ME410012W (VERIFY electrical prior to placing order to ensure that 100 amp service is sufficient) 4.13. (2) Vollrath #36436 Five Pan NSF7 Refrigerated Drop In 4.14. (1) Vollrath #36420 Three Pan frost top drop in 4.15. (2) Vollrath #3646410 11Qt. drop in soup wells 4.16. (6) Vollrath #99710 SS Silverware Containers 4.17. (6) Vollrath #78730 Bain Maries SUPPLIED EQUIPMENT BY CONTRACTOR 5.0. (2) Lakeside #977 Glass Rack Dispensers 5.1. (2) Lakeside #400525 Dish Dispensers (5-1/8  to 5-3/4  Dia.) 5.2. (2) Lakeside #400925 Dish Dispensers (8-1/4  to 9-1/8  Dia.) 5.3. (2) Lakeside #996 Mobile tray dispenser L SHAPED CASHIER STATION3EA. 6.1All aluminum composite material (ACM) Alucobond construction 6.2Separate bases bolted together & Leveled on site by others 6.3Pre-painted black ACM toe kicks (extra low toe kicks shipped loose to conceal casters 6.4Two tier base with heavy duty casters 6.51  Boston bumper (standard colors only) 6.6Laminated base (one color, custom visible sides only, all other sides black) 6.7Heavy duty paddle latch ACM doors (located on server side) ***BLACK*** 6.8Four separate corian countertops (upper & lower on each section) 6.9Countertop grommet 6.1020 Amp electric cord and plug, NEMA# 5-20P (2 outlets) 7.0 The contractor will provide CAD drawing and Symantec drawing for electrical outlets. 8.0 INSTALLATION: The contractor will assemble all units that required assembly to maintained warranty. 8.1. Manufacturing of the buffet lines will start at contract award and work completion date is estimate upon award. 8.2. Move unit in place and assemble per manufactures installation 9.0 Delivery and installation date upon completion galley renovation: TBD 10.0 Site Visit Information (a) An organized site visit has been scheduled for-- Thursday, September 01, 2011 at 9:00 AM to 12:00 PM (PST) (b) Participants will meet at ”NASNI GALLEY Bldg 794 POC is CSC Sazon / CS1 Devera / CWO3 Valencia 619-545-7514 / cell # is 619-572-3656 EQUIPMENT MUST BE DELIVERED, UNPACKED AND INSTALLED. The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. 52.204-7 Central Contractor Registration APR 2008 52.247-34F.O.B. Destination NOV 1991 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DEC 2010 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. The Government intends to award the contract to the eligible, low-priced, responsible offeror. N00244M313 EVALUATION OF OFFERS-USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO). Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE Code, Dun and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company ™s services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PST, Tuesday, 13 September 2011 and will be accepted via Fax (619) 532-1088, Attn: Charles E. Fletcher II or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0523/listing.html)
 
Place of Performance
Address: NAVAL AIR STATION NORTH ISLAND
Zip Code: BLDG 794, CORONADO, CA
 
Record
SN02553229-W 20110831/110829235103-43edae6929b1b7957ca771d2af3fb4f1 (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.