Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

73 -- Maryland Army National Guard, DFAC Equipment - Justification and Authorization - Scope of Work (SOW)

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333241 — Food Product Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-16-Q-0084
 
Point of Contact
Gilberto Resto,
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work J & A for Brand Name Solicitation Number: W912K6-16-Q-0084 Notice Type: Combined Synopsis/Solicitation Response Date: September 26, 2016 0800 am Eastern Original Set Aside: Total Small Business Classification Code: 73 - Food Preparation and Serving Equipment NAICS Code: 333241, Food Product Machinery Manufacturing ________________________________________ Subject: The scope of this project is for the procurement of Dining Facilities serving and preparation equipment for Maryland Army National Guard (MDARNG). Purpose: The purpose of this Solicitation is to award a single Firm-Fixed Price contract for Dinning Facilities for serving and preparation equipment for MDARNG. The contractor shall furnish equipment as specified on the attached Request for Quote (RFQ). Synopsis : "PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED." This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribe in the Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912K6-16-Q-0084 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The RFQ is being conducted as a 100% small business set-aside. This RFQ incorporates provisions and clauses that in effect through Federal Acquisition Circular 2005-89. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The Warranty Period shall begin upon final acceptance of all items provided to the Government by the Contractor. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/.. The proposed contract action is for a brand name or equal. The brand name for this announcement is available to authorized dealers. In accordance with FAR 5.102(a) (6), the required justification or documentation is attached. The contractor shall provide Contract Line Item Number (CLIN): CLIN MANUFACTURE DESCRIPTION MODEL NUMBER U/I QTY PRICE TOTAL COST 0001 Cecilware 3 gallons, Single Urn Coffee Pot, Automatic Agitator FE75N EA 2 0002 Crathco G-Cool Mini-duo cold beverage Dispenser C-25 EA 2 0003 TRUE Underbar Refrigeration, Solid swing doors, Galvanized top TBB-GAL-72-S EA 2 0004 Maniowoc Indgo series 1106 ice cube Machine (Single Phase) ID-1106A EA 1 0005 Maniowoc Ice Storage Bin 48 X 34 X 50 6 legs,710 LBS B-970 EA 1 0006 Maniowoc Ice Machine Adapter kit (for 30" w cuber to fit 48" W bin) K00458 EA 1 0007 TRUE Force Air Mild Cooler (Stainless Steel) TMC-58 EA 1 0008 Advance Tabco Enclosed Pan Cabinet (with Accessories RA-22) EPC-40 EA 10 0009 Cambro 6' Portable Food Bar (Black) Non Enclosed Base 6FBR110 EA 2 0010 Cambro Salad Bar Tray Rails (6') Kit FBR6R EA 2 0011 Vulcan Double Deck Convection Oven Standard Depth With Caster in Liquid Propane VC44GD-15 EA 1 0012 Lakeside Tray & Flatware Cart Stainless Steel 403 EA 2 0013 Rubbermaid Light Duty Cart FG34200BLA EA 3 0014 John Boss Glass Rack Storage Cabinet EUBGRS-24-3 EA 3 Total Vendor Responsibility: Successful offeror is responsible to provide all required manpower, tools and expertise to assemble and install all equipment upon delivery. Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in "Best Value". Basis for award is Best Value: evaluation factors include: Technical, Delivery and Installation Schedule, and other related Non-cost factors. The North American Industry Classification System (NAICS) is 33241, Food Product Manufacturing. The small business size standard is 500 employees. Destination: Shipping will be free on board (FOB) Destination to: One (1) to be shipped to: Maryland Army National Guard Delivery Schedule: Six (6) to Eight (8) weeks after receipt of order (ARO). Warranty/Guarantees: To include manufacture warranty (parts/labor) and the following manuals; Maintenance Manual, Service and Repair Manual, and Parts Manual. The Offeror guarantee the equipment against defective material, workmanship and performance in accordance with commercial market standards, said guarantee to run from the date of acceptance of the equipment by the Government. The offeror agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and pars will be furnished to the Government at the point of installation, if installation is within the United States continent or F.O.B. the U.S. port to be designated by the Contracting Officer if installation is outside the U.S. Continent. Cost of installation of replacement material and parts shall be borne by the offeror. Clean-Up Requirement: All packing, crating and residue materials will be remove by the contractor and such materials may not be stored or disposed on government property. Acceptance Criteria : All equipment will be inspected upon delivery. Items will be free of damage that may have occurred through shipment. NOTES: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number registered. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.202.1 Definitions (Nov 2013) 52.203-5 Covenant Against Contingent Fees (May 2014) 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.204-16, Commercial and Government Entity Code Reporting (NOV 2014) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.211-6, Brand Name or Equal. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items (Oct 2014) 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-40, Providing Accelerated Payment to Small Business Subcontractor (DEC 2013) 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.223-5 52.223-15 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea Questions: All questions are due to Maryland Army National Guard no later than Tueday September 20, 2016 at 4:00 PM EST to the following e-mail address: ng.md.mdarng.list.uspfo-arpc@mail.mil Site Visit: No visit required for this project. Quotes shall be submitted by email to Mr. Gilberto Resto, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than Monday, September 26, 2016, 08:00 AM EST. Quotes shall be clearly marked RFQ W912K6-16-Q-0084. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ.. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: Mr. Gilberto Resto Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHEMENTS: 1. Request for Quote 2. Justification and Authorization for Brand Name.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-16-Q-0084/listing.html)
 
Record
SN04272939-W 20160917/160915235254-e48fa276a0207e35e535838b8c26767a (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.