Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
SOLICITATION NOTICE

73 -- COMMERCIAL DISHWASHER, CONVEYOR SYSTEM AND ACCESSORIES

Notice Date
9/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Corpus Christi Office 9035 Ocean Drive Corpus Christi, TX
 
ZIP Code
00000
 
Solicitation Number
N6883611T0660
 
Response Due
9/14/2011
 
Archive Date
9/29/2011
 
Point of Contact
KRISTA SLEZINSKY 361-961-2998
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. Solicitation number N68836-11-T-0660 applies and is issued as a Request for Quotation. This announcement constitutes the request for the required material under RFQ N68836-11-T-0660. The North American Industry Classification System (NAICS) Code is 333319 and the Small Business Size Standard is number of employees 500. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. Purchase and installation of Commercial Dishwasher, Power Loader, Disposal, and Conveyor System, including installation at Naval Air Station, Joint Reserve Base Galley, Ft. Worth, Texas 76127. CLIN 0001 “ 1EACommercial rack conveyor dishwasher Speeder 86-3 (or equal), double tank with pre-wash. Standard equipment: automatic tank fill, crossfire wash system, detergent connection provision, door safety switch, energy saver, low water protection, manifold cleanout brush, stainless steel frame & legs, sure-fire startup & check-out service, vacuum breaker, right to left feed, voltage 480 phase 3-cycle 60, electric immersion tank heat, remote 70 ™ electric booster w/PRV, electric booster-70F rise 27KW supplied, vent collars (2), rack limit switch CLIN 0002 “ 1EAPower loader, right-to left hand feed CLIN 0003 “ 1EACommercial grade food waste (garbage) disposer sink assembly, Voltage 480 phase 3 cycle 60 series N 8  rotor, 2HP motor CLIN 0004 “ 1EADishwasher removal and installation (including powerloader and disposer) CLIN 0005 “ 1EAConveyor system, feeds dishes and trays to dishwasher includes: Tray return conveyor, powered rack transport w/stainless rollers, soiled breakdown table with garbage trough & disposer connection, 2-sliding work shelves, slanted rack overshelf, stainless steel construction, tubular legs with cross-bracing and adjustable feet, stainless steel watertight control panel CLIN 0006 “ 1EATablework clean dish table for rack conveyor dishwasher, length 8 ™9  CLIN 0007 “ 1EATray conveyor system installation including soiled and clean dish tables CLIN 0008 “ 1EAFreight The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity of Contractor Personnel, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.212-1 Instructions to Offers-Commercial, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, 52.247-29 F.O.B. Origin, 52.252-1 Solicitation Provisions Incorporated by Reference The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items Alt 1, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within 52.212-5, the following clauses apply 52.219-6 Notice of Total Small Business Set-Aside, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.215-5 Facsimile Proposals, 52.219-1 Small Business Program Representations, 52.219-1 Alt 1 Small Business Program Representations Alternate 1, 52.222-22 Previous Contracts and Compliance Reports 52.223-6 Drug-Free Workplace, DFAR 252.204-7004 Central Contractor Registration (52.204-7) Alt A, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFAR 252.212-7001 the following clauses apply: 252.225-7000 Buy American Act ”Balance of Payments Program Certificate, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports NAVSUP 5252.204-9400 Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems, NAVSUP H25 -- SPS CONSOLIDATED SERVER TIME ZONE (Jun 2006) (NAVSUP) All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. FREEDOM OF INFORMATION ACT (FOIA)-UNIT PRICES-Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. PROHIBITED PACKING MATERIALS --The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hygroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene and plastic are prohibited as packing materials for items with a MARK FOR indicating a ship as the final destination. An itemized packing slip shall be included with each shipment citing the order number. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses include county, 2) Cage Code, 3) Dun & Bradstreet number, 4) Taxpayer ID number, 5) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible Offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. Quotations must be received no later than 10:00 A.M., 14 Sep 2011 CST. Quotations must be in writing and may be faxed or mailed to the following. Attn: Krista Slezinsky, Fleet Logistics Center Jacksonville, Corpus Christi Office, 9035 Ocean Drive, Bldg 10, Corpus Christi, TX 78419-5021. Fax 361-961-2394, Telephone 361-961-2998, Email: krista.slezinsky@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836CorpusChristi/N6883611T0660/listing.html)
 
Place of Performance
Address: Naval Air Station
Zip Code: Joint Reserve Base Galley, FT WORTH, TX
 
Record
SN02565582-W 20110909/110907235700-8c0097ab0bb30893cca1eeb2400c3221 (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.