Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
MODIFICATION

73 -- FLIGHT TYPE DISHMACHINE

Notice Date
2/24/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
USP Marion, Marion, IL 62959
 
ZIP Code
62959
 
Solicitation Number
LPZ30003
 
Response Due
3/1/2012
 
Archive Date
8/28/2012
 
Point of Contact
Name: Terry Phalin, Title: Inventory Management Specialist, Phone: 6189641441, Fax: 6189642073
 
E-Mail Address
tphalin@bop.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, as supplemented with additional information included in this notice.The solicitation number is LPZ30003 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 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 339999 with a small business size standard of 500.00 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 2012-03-01 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be MARION, IL 62959 The Federal Bureau of Prisons requires the following items, Brand Name or Equal, to the following: LI 001, STERO STPCW-24D-ER FLIGHT TYPE DISHWASHING MACHINE WITH INSTALLATION INCLUDED. (EXISTING MACHINE WILL BE REMOVED BY INSTITUTION PRIOR TO NEW INSTALLATION). FACTORY START UP. ENERGY EFFECIENCY COMPLIANT, RIGHT TO LEFT FEED, SECURITY PACKAGE TO INCLUDE UNDERGRID, 3 TANK, STEAM (COILED @12 PSIG), STEAM (PREFERRED) ELECTRIC (ACCEPTED) HOT WATER HEATER BOOSTER REQUIRED, 208V/3 PHASE, BLOWER/DRYER, WIDE CONVEYOR, AUTO SHUTDOWN AND ALL SAFETY FEATURES TO INCLUDE DOORS. TOTAL INSTALLATION MUST BE COMPLETED WITHIN A FOUR DAY PERIOD(START TO FINISH)., 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, Federal Bureau of Prisons 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. Federal Bureau of Prisons 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. 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 https://www.acquisition.gov/far/. All vendors must provide manufacturer, part number and extended specifications of the model being offered for all line items. Failure to provide this information will result in a ?non responsive? bid and will be removed from consideration Davis Bacon wage rates are applicable. NCIC's must be cleared for all involved in installation of new machine. The contractor will be provided an FBOP security escort at all times during working hours while on institution grounds. The contractor is responsible to reimburse any FBOP escorts that work over their assigned duties hours. Work hours will be 7:30 a.m. to 3:00 p.m. Monday through Friday, excluding Federal Holidays. In the event of weather conditions that present security problems, work will be delayed until the Correctional Services authority decides the conditions have been cleared. If similar weather conditions arise during the work day, work will stop and all contractors and equipment will be escorted out of the secure perimeter until conditions have cleared. All equipment, tools, and material will enter through the rear gate. Allow 10 minutes of time upon entering or exiting the secure perimeter. Tool control will be monitored daily. The contractor is responsible for all tools needed for required work. Tools will be itemized and counted upon entering and exiting the secure perimeter of the institution. The contractor will be required to attend an orientation and security meeting prior to commencing work. Areas covered in orientation and security meeting.Parking, Material Storage, Utilities on site, Tool Control, Gate Procedures, Lunch, and Security Procedures. All work will be in accordance with standard work practices in relationship to materials and workmanship.The contractor is to perform all work in accordance with all applicable Federal, State, and Local building construction and health codes. All work is to conform to applicable NFPA, OSHA, ANSI and ASTM standards / regulations. Removal and disposal of all related construction materials must meet all Federal, State, and Local regulations. The contractor is to adhere to the specifications provided by the Institution. Additionally the contractor must strictly adhere to all Institutional security procedures at all times. Installer will uncrate the new equipment and assemble, set-in place, dispose of crating and police area. All debris will be removed to appropriate refuse receptacle provided by the customer.Installer will make all final connections. This shall include electrical, water and drains. All required utilities and drains shall be provided by the institution to within 36? of final connection point. Installer will reconnect the dishwasher to the existing exhaust duct in ceiling. Installer will perform no work above the ceiling level.Installer will reconnect and seal soiled and clean dish tables to new machine.Installer will start-up equipment, calibrate motors, leak check, repair any leaks, and factory check-out. Current Dishmachine measures approximately 24'4" long and 40" wide.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/LPZ30003/listing.html)
 
Place of Performance
Address: MARION, IL 62959
Zip Code: 62959
 
Record
SN02682443-W 20120226/120224234745-61977852ea05e3dab014630fd390399e (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.