Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

72 -- MCB Camp Lejeune Mess Hall Equipment

Notice Date
4/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700112Q0130
 
Response Due
4/18/2012
 
Archive Date
5/3/2012
 
Point of Contact
Sergeant Thomas Kunish 910-451-5488
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOLICATION for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this solicitation. This announcement constitutes the only publication. A written solicitation will not be issued. All responsible sources may submit a response which, if timely received must be considered by the agency. The solicitation number M67001-12-Q-0130 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 and DCN 20100413. This solicitation is set aside 100% for small business. The North American Industrial Classification System (NAICS) code for this requirement is 423440. The Marine Corps Installations East Contracting Department, Camp Lejeune, North Carolina 28547 has a requirement for: ITEM NO 0001 Commercial grade, restaurant quality, Tilting Skillet/Braising Pan, Electric for FC420; Groen Model No. BPM-40E QUANTITY 1 EACH SALIENT CHARACTERISTICS: Electric, 40 gallon capacity,10 ; deep pan, 38 ; pan height, thermostatic controls, manual crank tilt, standard etch marks, faucet bracket, condensate drip shield, cover vent, round tubular open leg base, heavy 5/8 thick stainless steel cooking base, pan body and all exposed surfaces of stainless steel, solid one piece welded construction, bullet feet, NSF certified, 15.3w. Dimensions 37.00(h)x48.00(w)x39.75(d) (8% deviation allowed on dimensions). 208 volts/60 hertz/3-phase, 43.0amps. Standard Commercial Warranty. ITEM NO 0002 Commercial grade, restaurant quality, Oven, Conveyor, Gas; for FC420; Lincoln Impinger II Express Conveyor Pizza Oven QUANTITY 2 EACH SALIENT CHARACTERISTICS: LP Gas, front loading, single deck, digital controls, single on/off power switch, microprocessor controlled bake time/conveyor speed, temperature in degrees (F), single conveyor belt, Width may not exceed 72 , Height may not exceed 59.5 for double stacked ovens, glass access window, AGA/CGA, 120 volts/60 hertz/1 phase,7.0amps, 40,000 BTU. Dimensions 42.00(h)x56.00(w)x39.00(d) (8% deviation allowed on dimensions). Portable Stand, with casters (for single or double -stack ovens) Cube:63.8 Double stack Pizza Ovens. Standard Commercial Warranty. ITEM NO 0003Commercial grade, restaurant quality, Can Opener, Electric for FC303 and FC420; Edlund Model No. 270/115V. QUANTITY 2 EACH SALIENT CHARACTERISTICS: Can Opener, Electric, for heavy volume, 2 speed motor, knife and gear assemblies that removable for cleaning, recommended for up to 200 cans per day, NSF certified,115 volts/60 hertz/1-phase. ( One can opener for mess hall FC420 and one can opener for Mess hall FC303). Standard Commercial Warranty. ITEM NO 0004 Installation Item 0001 and 0002 in FC420 QUANTITY 1 EACH DESCRIPTION: Installation for LP Braising Pan and LP Gas Pizza Oven. Pick up New equipment at Bldg 914. Remove existing equipment and return to Bldg 914 for Government to dispose of. Uncrate new equipment, set in place, stack pizza ovens, and connect to existing utilities. Remove and dispose of all packaging debris and materials from site ITEM NO 0005 FC303 Commercial grade, restaurant quality, Blast Chiller, Reach In; Model HCM 141.50L QUANTITY 1 EACH SALIENT CHARACTERISTICS: 100lb. capacity, reach-in design, with self-contained refrigeration system, stainless steel interior and exterior, hinged left, 6 ; casters. Dimensions 80.13(h)x34.00(w)x41.63(d) (8% deviation allowed on dimensions).. 208-230 /115 volts/60 hertz/3 phase,15.1 amps,1690w, 1-1/41/2hp. Three (3) Chilling Functions- 1) Blast Chill (135* to below F in approx 90-mintues) -2) Soft Chill (for use with delicate products such as fresh seafood and produce). -3)Freeze (target temp can be set be set as low as -22 *F. Three (3) Chilling Modes for each Chilling functions. 1) Temperature, 2) By product, 3) By time. Five (5) Pairs of Tray slides to accommodate either ten (10) 12 x 20 Steam table or Five 18 x 26 Sheet Pans. Standard Commercial Warranty. ITEM NO 0006 Installation Item 0005 in FC303 QUANTITY 1 EACH DESCRIPTION: Installation for Blast Chiller at FC303. Survey utility connection to determine materials required for hardwire. Pick up new equipment at Bld 914. Remove existing equipment from mess hall FC303 and return to Bld 914 for government to dispose of. Uncrate new equipment, set in place and connect to existing utilities. Remove and dispose of all packaging debris and materials from site. ITEM NO 0007 Freight Charges QUANTITY 1 EACH The contractor shall ensure installation and delivery is completed by May 30, 2012 Quotes and techinical specifications should be on separate documents. All responsible sources may submit a response which, if timely received, must be considered by the agency. Brand name or equal items accepted. Salient characteristics are provided. Product brand names and model numbers are supplied for reference only. Government will accept any equal product meeting the stated salient characteristics for each listed CLIN. All equal items quoted must include descriptive literature with detailed specifications. Offers shall include a detailed warranty description for all supplies. The Government will award the contract to the quoter who represents the lowest price technically acceptable. Offerors are responsible for ensuring their submitted quote has been received and is legible. Submit quote, technical specifications, and any questions to thomas.kunish@usmc.mil. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offers--Commercial Items; FAR 52.212-3 Offeror Representations and Certifications--Commercial Items; FAR 52.212-4 Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-20 Prohibition of Segregated Facilities; 52.222-26 Affirmative Action for Workers with Disabilities; 52.232-33 Payment by Electronic Fund Transfer; 52.223-18 Contractor Texting; 52.211-6 Brand Name or Equal. The following Defense Federal Acquisition Regulation Supplement ( DFARS) clauses are applicable to the acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.201-7000 Contracting Officer s Representative; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 (Alt A.) Central Contractor Registration; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.204-7003 Control of Government Personnel Work Product; 252.243-7001 Pricing of Contract Modifications. QUOTER SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/. The Quoter is required to provide their Contractors DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Quoters are required to be registered in the Central Contractor Registration database (CCR), and Wide Area Work Flow database. For WAWF-RA, visit their website at: https://wawf.eb.mil or for WAWF Assistance, contact 910-451-2142. For more information about registering, contact CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov/. Quoters must be registered prior to receiving an award for this solicitation or for any future awards. Quoters responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. The closing date for this solicitation is 4/18/2012 at 11:00 A.M. EST. Quoters are responsible for ensuring that their submitted quote has been received and legible. Submit quotes to thomas.kunish@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700112Q0130/listing.html)
 
Place of Performance
Address: MCB Food Service, Camp Lejeune, NC
Zip Code: 28542
 
Record
SN02720594-W 20120414/120412235330-5a33aee854bb9d9dd48a596d3377fd4b (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.