Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2019 FBO #6322
SOLICITATION NOTICE

41 -- DISPLAY REFRIGERATORS

Notice Date
3/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
36C25019Q0436
 
Response Due
3/27/2019
 
Archive Date
6/25/2019
 
Point of Contact
Rachelle J. Hamer
 
Small Business Set-Aside
N/A
 
Description
Page 9 of 10 Combined Synopsis Solicitation: Display Refrigerators General: 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. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25019Q0436 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective January 22, 2019. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. The applicable North American Industry Classification System Code (NAICS) is 333415 and the small business size standard is 1,250 employees. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA ____________ _______________ Reach -in Display Refrigerators, 2 Sections 0002 2.00 EA ____________ _______________ Reach -in Display Refrigerators, 1 Section GRAND TOTAL Statement of Work: PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price purchase order to be used by Cleveland Veterans Affairs Medical Center (CLE VAMC) for purchasing display refrigerators SCOPE: The Contractor shall provide display refrigerators to the CLE VAMC. BACKGROUND: Food Services requires refrigerated storage in the main kitchen to store food items to supply the tray assembly area, and the nourishment preparation area. We currently have built in roll-in refrigeration two (2), 2-section roll-ins and two (2), 1-section refrigerator in this area. TECHNICAL REQUIREMENTS: Two types of units will be required: One-Section, and Two Section. Refrigerator Reach-In Display, One-Section EXTERIOR Shall be made of commercial grade, durable, metal material; Shall have caster wheels; Shall have a maximum height of 85 ; Shall have a maximum width of 32 ; and Shall have a maximum overall depth of 35. INTERIOR Shall have a minimum of 115v/60/1ph, 8.0 amps volts; Shall have a minimum cu ft. capacity of 24 cu ft.; Shall have adjustable wire shelves per sections; Shall have interior lighting that is controlled by an exterior switch; Shall have high density insulation; and Shall have adjustable shelves that are capable of holding up to 100 lbs. DOORS Shall be wide, full-height doors; The gaskets shall be easily to clean; Shall have hinged glass doors with locks; Shall have double panned glass; Shall have self-closing doors; The right door shall hinge on the right; The left door shall hinge on the left; Shall have four (4) casters that lock per unit; and Shall have metal handles. MISCILLANEOUS Shall have features that are to easily clean. Refrigerator, Reach-In, Display, Two-Section EXTERIOR Shall be made of commercial grade, durable, metal material; Shall have caster wheels; Shall have a maximum height of 85 ; Shall have a maximum width of 60 ; and Shall have a maximum overall depth of 35. INTERIOR Shall have a minimum of 115v/60/1ph, 10.4 -12.3 amps volts; Shall have a minimum cu ft. capacity of 51 cu ft.; Shall have adjustable wire shelves per sections; Shall have interior lighting that is controlled by an exterior switch; Shall have high density insulation; and Shall have adjustable shelves that are capable of holding up to 100 lbs. DOORS Shall be wide, full-height doors; The gaskets shall be easily to clean; Shall have hinged glass doors with locks; Shall have double panned glass; Shall have self-closing doors; The right door shall hinge on the right; The left door shall hinge on the left; Shall have four (4) casters that lock per unit; and Shall have metal handles. MISCILLANEOUS Shall have features that are to easily clean. MAINTENACE AND WARRANTY: The contractor shall provide a minimum warranty of a five year or better warranty for parts and labor for all equipment and accessories. This warranty shall cover the entirety of the display refrigerator and all its components and accessories. The contractor shall provide details of standard warranty. The contractor shall indicate availability and cost of extended parts warranty options. The contractor shall provide on-site maintenance for unscheduled repairs within 24-48 hours for all carts and electrical components. PERIOD OF PERFORMANCE: The Period of Performance shall be 30 Days ARO. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery of equipment: The CLE VAMC is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. The FOB shall be destination All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, OH 44106 Packaging must protect the outside surfaces from scratches and dents. Packaging must stabilize and fully secure the equipment to protect damage to the compressor and refrigeration parts. Labeling must indicate position of equipment in crate to keep it righted. Delivery made to VA main warehouse, Logistics Service. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause: 852.203-70; 852.219-10; 852.232-72; 852.246-71; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/: 52.232-40; (end of addendum 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-33 are applicable). The following provisions apply to this acquisition: Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, with the following added as addenda to the provision: http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Technical; Delivery; Past Performance; Shall be a SDVOSB contractor; Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLE VAMC personnel to discuss this RFQ during the solicitation and evaluation process. 6. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov 7. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Contractor include the schedule information on your quote. QUESTIONS AND ANSWERS: All Questions in response to the Solicitation are due no later than Tuesday, March 19, 2019 at 1 PM EST. Questions shall be emailed to Rachelle.Hamer@va.gov on or before the date and time stated. Any Government responses, answers, and/or comments to all questions will be posted Thursday, March 21, 2019. Enter RFQ 36C25019Q0436 | Display Refrigerator in the email subject line. Quotes are to be broken out to include line item pricing for each line item. RESPONSES ARE DUE: Wednesday March 27, 2019 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25019Q0436 | Display Refrigerator in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25019Q0436/listing.html)
 
Place of Performance
Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH
Zip Code: 44106
Country: USA
 
Record
SN05249959-F 20190316/190314230031 (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.