Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

73 -- POTWASHER & SELF COOKING CENTERS

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Directorate of Contracting, Attn: SFCA-NR-WP-CSDIV, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
0010080688
 
Response Due
9/16/2011
 
Archive Date
3/14/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number 0010080688. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 289610. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-16 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be West Point, NY 10996 The U.S. Army ACC MICC United States Military Academy requires the following items, Meet or Exceed, to the following: LI 001, UTENSIL AND POT & PAN WASHERContractor to provide and install 1 ea. Heavy Duty, fully automatic utensil and Pot & Pan washer. Steam injector/steam coil. Front loading. Large split door system with drop down door and stainless steel pull-out rack for loading that acts as work table to support weight of things to be washed. Stainless ssteel tank snf hood, frame, legs, adjustable feet. Five (5) hp motor configured for 480/60/3, sealed ball bearings, thermal overload protection. Complete automatic operation requiring one-touch operation. Upper and lower revolving stainless steel wash arms with anti-clog nozzles. Nineteen wash cycles per hour. Water use per wash cycle of 2.1 gallons. Final sanitizing rinse through the stainless steel rinse arms (upper and lower) of 180 degrees F. 16 pan capacity per cycle. 1 year parts and labor warranty. Unit to comply with NSF International specifications, Underwriters Laboratories, Inc. and cUL. Price to include uncrating of new unit, removal of existing utensil pot & pan washer to designated area, installation of new unit in existing space which will require hook up to electric lines, (480 volt/3 phase) steam lines, water lines, water hammer arrestor, drains, modification/rework of existing stainless steel tables as needed to get unit in place and connected, connection of venting. The washer should be equal to or exceed the Hobart UW 50 model. SEE PARAGRAPH TITLED "SITE VISIT"., 1, EA; LI 002, SELF COOKING CENTERSContractor to provide and install 6 ea. Self Cooking Centers. Roll in unit with 20 sheet pan or 40 full-size hotel pan capacity. Temperature range of 85 degrees F to 575 degrees F. Nine automatic cooking modes of roasts, pan fires, poultry, fish, vegetables, potatoes, egg dishes, baking, and finishing utilizing touch screen controls. Additionally, 3 combi steam modes for steam, hot air and combi steam. Also use steam with hot air, separately, sequentially or combined. Temperature probe that measures at 6 separate points. Five speed fan. Automatic cleaning, washing and deliming process using solid, dry, pre-measured chemicals and detergents. Mineral lime scale sensor that displays level of scale in the onboard steam generator. Interior requires no labor to clean with automatic cleaning system. HACCP data downloadable thru USB port. Storage on board unit for thousands of cooking programs. Energy saver mode that drops energy use to 50%. Humidity control for crispy, crunchy food and to keep foods moist. Sensors in cooking area read cooking process 3600 times per hour and automatically adjusts time, temperature, humidity and fan speed. Rapid cool down system. Maintenance free grease extraction system with no grease filter. Seamless cooking cabinet with rounded corners. Steam mode possible at lower temperatures to preserve color and nutrients of foods. Three year parts and guarantee. Include training classes on unit operation conducted by certified chef. Unit to be listed as complying wth NSF International, cUL and Underwriters Laboratories, Inc. specifications. Price to include uncrating of new units, removal of existing combination ovens to designated area, installation of new units in existing space which will require hook up to electric lines, water lines and drains. Units should be equal to or exceed the Rational 202E model. SEE PARAGRAPH TITLED "SITE VISIT"., 6, 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, U.S. Army ACC MICC United States Military Academy 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC United States Military Academy is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Offerors are required to attend a scheduled Site Visit in order to ascertain the work required to remove and install all items. Offerors wishing to attend the site visit shall meet at the Contracting Office at 681 Hardee Place, West Point, NY 10996-1514, 1st floor by 12:45 PM on 12 September 2011. If you plan on attending the site visit, please contact Kevin M. Niebuhr at 845-938-4763 or Kevin.M.Niebuhr@us.army.mil with name of vendor and number of people attending. 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. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. If you are quoting on a product other than the speced make and model, you must provide catalog pages and spec sheets for the equipment being offered with your response. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25472496c5f9310b75a0797696968b66)
 
Place of Performance
Address: West Point, NY 10996
Zip Code: 10996
 
Record
SN02572038-W 20110914/110912235620-25472496c5f9310b75a0797696968b66 (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.