Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
MODIFICATION

73 -- Kitchen Appliances

Notice Date
8/24/2018
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 148 MSG/MSC, MN ANG, 4685 Viper St., Duluth, Minnesota, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM18Q6062
 
Archive Date
10/31/2018
 
Point of Contact
Rebecca P. Dimler, Phone: 2187887241, Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
rebecca.p.dimler.mil@mail.mil, christopher.c.fisher10.mil@mail.mil
(rebecca.p.dimler.mil@mail.mil, christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
24 August 2018 ****CHANGE LOG 1**** Including voltages for CLIN 0002 and CLIN 0003 required specifications. CLIN 0002: Tilting Skillet/Braising Pan: Electric; Voltage 208v/60/3-ph, 50.0 amp CLIN 0003: Kettle, Tilting, 40 Gallon: Voltage 208v/60/3-ph, 14.7kW, 40.9 amp All other specifications remain unchanged. 20 August 2018 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 333318 applies to this solicitation; business size standard is 1,000 Employees. The Minnesota Air National Guard has a requirement for two (2) warmers, proofer cabinets, one (1) tilting skillet/braising pan, two (2) 40 gallon tilting kettles, two (2) 2" draw valves for kettles, one (1) coffee brewer, one (1) coffee water filter, one (1) coffee warmer, two (2) coffee servers and installation and plans to issue a firm-fixed price order for the following: CLIN 0001 Qty: 2 Each Item: Warmer Proofer Cabinet CLIN 0002 Qty: 1 Each Item: Tilting Skillet/Braising Pan CLIN 0003 Qty: 2 Each Item: Kettle, Tilting, 40 Gallon CLIN 0004 Qty: 2 Each Item: 2" Draw Valves for Kettles CLIN 0005 Qty: 1 Each Item: Coffee Brewer CLIN 0006 Qty: 1 Each Item: Coffee Water Filter CLIN 0007 Qty: 1 Each Item: Coffee Warmer CLIN 0008 Qty: 2 Each Item: Coffee Server CLIN 0009 Qty: 1 Job Item: Installation CLIN 0010 Qty: 1 Job Item: Manpower Reporting The required specifications are as follows: - Warmer, Proofer Cabinet: 9 series controlled humidity; heated; mobile; insulated solid Dutch doors; stainless steel; 120v/60/1-ph; 2000 watts; 16 amps; maximum size 27"W x 36"D x 83"H; top control panel; 2 doors stacked - Tilting Skillet/Braising Pan: 40 gallon capacity; electric tilt mechanism; stainless steel; cover on lid; gallon markings in basket; maximum size 51"W x 40"D x 40"H; Electric; Voltage 208v/60/3-ph, 50.0 amp - Kettle, Tilting: 40 gallon; electric temp control; manual tilt; stainless steel; cover with hinge; drain near bottom; maximum size: 40"W x 40"D x 48"H; Voltage 208v/60/3-ph, 14.7kW, 40.9 amp - Coffee Brewer: 3 dispensers; stainless steel; 2 hinged covers on top; 4 standard legs; maximum size: 24"W x 22"D x 36"H; portable - Manpower Reporting: Contractors are required to report all labor hours, regardless of contract type, via one of the four enterprise-wide Contractor Manpower Reporting Applications (eCMRA) at http://www.ecmra.mil/. If any of these specifications are too restrictive, please contact the Contracting Officer with proposed alternative specifications. Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of any products quoted. Preparing and Submitting your Quote: Offerors shall provide pricing for the above items inclusive of delivery to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6031. Delivery is preferred within 60 days after date of contract. Please make quotes valid until September 30, 2018. All questions and quotes must be directed to Rebecca Dimler at rebecca.p.dimler.mil@mail.mil no later than two business days prior to quote due date or may not be considered. All questions and answers must be in writing. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance factors considered. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to www.SAM.gov to register prior to submitting a quote. At the time of evaluation of your quote, your company shall have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. If an individual item of supply is valued at over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, or GRAI are considered equivalent of a UID. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6, Brand Name or Equal; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items; FAR 52.212‐4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219‐6, Notice of Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.243-1, Changes - Fixed Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204‐7004 Alternate A, System for Award Management; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.211-7008, Use of Government-Assigned Serial Numbers; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232‐7010, Levies on Contract Payments; DFARS 252.247‐7023, Transportation of Supplies by Sea. Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA21-1/W912LM18Q6062/listing.html)
 
Place of Performance
Address: 4680 Viper Street, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN05056234-W 20180826/180824231728-b4a6768a2594f0764294ce03e6829d85 (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.